Solicitation MB-1181 Chesapeake Energy Arena


[PDF]Solicitation MB-1181 Chesapeake Energy Arena...

1 downloads 103 Views 5MB Size

City of Oklahoma City and its Trusts

Bid MB-1181

Solicitation MB-1181

Chesapeake Energy Arena Digital LED Arena Bowl Signage

Bid designation: Public

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

p. 1

City of Oklahoma City and its Trusts

Bid MB-1181

Bid MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage Bid Number Bid Title Expected Expenditure

MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage $900,000.00 (This price is expected - not guaranteed)

Bid Start Date

May 28, 2014 8:11:59 AM CDT

Bid End Date

Jun 17, 2014 10:00:00 AM CDT

Question & Answer End Jun 10, 2014 7:00:00 AM CDT Date Bid Contact

Frank Manning [email protected]

Bid Contact

Jim Lewellyn [email protected]

Bid Contact

City Clerk [email protected]

Contract Duration

One Time Purchase

Contract Renewal

Not Applicable

Prices Good for

Not Applicable

Pre-Bid Conference

Jun 5, 2014 11:00:00 AM CDT Attendance is mandatory Location: 420 W. Main Street, Suite 700 Oklahoma City, OK 73102

Standard Disclaimer

This site and system is hosted by Oklahoma City through BIDSYNC for use of The City of Oklahoma City and its trusts. Certain screens and flags may show the name and/or seal of The City; however, such references do not indicate or change the contracting entity.

Bid Comments

MB-1181 Chesapeake Energy Arena Digital LEd Arena Bowl Signage, 100 W. Reno Avenue Item Response Form

Item

MB-1181--01-01 - MB-1181 Base Bid: Chesapeake Energy Arena Digital LED Arena Signage

Lot Description

MB-1181 Base Bid

Quantity

1 each

Unit Price Delivery Location

City of Oklahoma City and its Trusts Project Site N/A Oklahoma City OK 73102 Qty 1

Description

Item

MB-1181-- 02-01 - Alternate #1: Digital LED Arena Signage Alternate 1

Lot Description

Alternate #1

Quantity

1 each

Unit Price

5/28/2014 7:18 AM

p. 2

City of Oklahoma City and its Trusts

Delivery Location

Bid MB-1181

City of Oklahoma City and its Trusts Project Site N/A Oklahoma City OK 73102 Qty 1

Description Install (4) Locations Sec. 102-103, Sec. 108-109, Sec. 112-113, Sec. 118-119

Item

MB-1181-- 03-01 - Alternate #2: Digital LED Arena Signage Alternate 2

Lot Description

Alternate #2

Quantity

1 each

Unit Price Delivery Location

City of Oklahoma City and its Trusts Project Site N/A Oklahoma City OK 73102 Qty 1

Description Install (2) Locations Sec. 105 and 116

Item

MB-1181-- 04-01 - Alternate #3: Digital LED Arena Signage Alternate 3

Lot Description

Alternate #3

Quantity

1 each

Unit Price Delivery Location

City of Oklahoma City and its Trusts Project Site N/A Oklahoma City OK 73102 Qty 1

Description Install (4) Locations Sec. 102, 108, 112, and 118

5/28/2014 7:18 AM

p. 3

City of Oklahoma City and its Trusts

Bid MB-1181

BUSINESS RELATIONSHIP AFFIDAVIT BIDDER MUST ELECTRONICALLY COMPLETE, SIGN AND NOTARIZE THIS DOCUMENT PRIOR TO SUBMITTING IN THE ELECTRONIC BID SYSTEM Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) The undersigned as Bidder or Bidder’s Authorized Agent, being of lawful age and being first duly sworn on oath, hereby swears, affirms and states that the undersigned has thoroughly read and understands the provisions and terms of this Business Relationship Affidavit and is fully knowledgeable of Bidder's and its officers’ and directors’ business relationships and associations and hereby affirmatively so states that as a part of this Bid. The undersigned as Bidder or Bidder ’s Authorized Agent further swears, affirms, and states that the Bidder does not have any partnership, joint venture, or other business relationship presently in effect or which existed within one (1) year prior to the date of this sworn statement and has not had any such relationship with the architect, the engineer, or any other party to this project except, if any, as stated on the lines below. The undersigned as Bidder or as Bidder’s Authorized Agent further swears, affirms, and states that no officer or director of the Bidder has a partnership, joint venture, or other business relationship presently in effect and no officer or director of the Bidder has had any such relationship within one (1) year prior to the date of this sworn statement with any officer or director of the architectural or engineering firm or other party to this project except, if any, as stated on the lines below. If Bidder or any of its officers or directors has or within the one (1) year prior to the date of this statement has had any such relationships, the Bidder or Bidder’s Authorized Agent must state the names of all persons having such business relationships and the positions they hold or held with the Bidder and/or their respective companies or firms on the lines provided below:

  (THE BIDDER MUST STATE ANY BUSINESS RELATIONSHIP MEETING THE ABOVE DESCRIPTION ON THE LINES ABOVE, IF NO DISCLOSURE IS MADE ON THE ABOVE LINES THEN BIDDER WILL BE IRREFUTABLY DEEMED TO HAVE STATED AND SWORN UNDER PENALTY OF LAW THAT BIDDER AND ITS OFFICERS OR DIRECTORS HAS NO SUCH RELATIONSHIPS.)

This Bid will not be considered unless this form has been fully signed by the Bidder, and notarized, dated and completed by the Notary Public. The undersigned, as Bidder or Bidder ’s Authorized Agent, hereby expressly adopts and affirmatively incorporates herein by reference the above recitation as the sworn statement of the Bidder and the signatory.

Name of Individual, Partnership, Limited Liability Company, or Corporation herein called Bidder

5/28/2014 7:18 AM

p. 4

City of Oklahoma City and its Trusts

Bid MB-1181

Type Name of Authorized Agent

Title of person who signed above STATE OF

) ) ss.

COUNTY OF

)

day of

Signed and sworn to or affirmed before me on this 20

,

,

by the above named Bidder or Bidder's Authorized Agent.

My Commission expires: Type Name of Notary Pu blic

My Commission number

7KLV$IILGDYLWUHTXLUHGIRU3XEOLF,PSURYHPHQW3URMHFWVE\2NODKRPD6WDWXWHV† BIDDER MUST ELECTRONICALLY COMPLETE, SIGN AND NOTARIZE THIS DOCUMENT 35,257268%0,77,1*,17+((/(&7521,&%,'6<67(0 Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature.  6HH(OHFWURQLF6LJQDWXUHVLQ*OREDODQG1DWLRQDO&RPPHUFH$FWIRUPRUHLQIRUPDWLRQ

5/28/2014 7:18 AM

p. 5

City of Oklahoma City and its Trusts

Bid MB-1181

ANTI/NON-COLLUSION AFFIDAVIT BIDDER MUST ELECTRONICALLY COMPLETE AND SIGN DOCUMENT PRIOR TO SUBMITTING IN THE ELECTRONIC BID SYSTEM Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

The following Affidavit is submitted by the Bidder, or Bidder's Authorized Agent: The undersigned of lawful age, being first duly sworn on oath, affirms and says: 7KHXQGHUVLJQHGLVWKH%LGGHURUWKHGXO\DXWKRUL]HGDJHQWRIWKH%LGGHUVXEPLWWLQJWKLVFRPSHWLWLYHELGDQGDVWKHODZIXO authority to execute this Affidavit and the attached Bid. For the purpose of certifying the facts pertaining to the existence of collusion among bidders and between bidders and City or Trust officials or employees, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to the Bid to which this statement is attached: 7KHXQGHUVLJQHGLVIXOO\DZDUHRIWKHIDFWVDQGFLUFXPVWDQFHVVXUURXQGLQJWKHPDNLQJRIWKH%LGWRZKLFKWKLVVWDWHPHQWLV attached and has been personally and directly involved in the proceedings leading to the submission of such Bid; and 3. Neither the Bidder nor anyone subject to the Bidder's direction or control has been a party: a.

to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding;

b.

to any collusion with any City or Trust official, agent or employee as to quantity, quality or price in the prospective contract, or as to any other terms of such prospective contract; nor

c.

in any discussion between bidders and any City or Trust official, agent or employee concerning exchange of money or other thing of value for special consideration in the letting of a contract.

7KHXQGHUVLJQHGFHUWLILHVLIDZDUGHGWKLVFRQWUDFWZKHWKHUFRPSHWLWLYHO\ELGRUQRWQHLWKHUWKH%LGGHUQRUDQ\RQHVXEMHFWWR Bidder¶s direction or control has paid, given, or donated or agreed to pay, give or donate to any officer or employee of the City or Trust any money or other thing of value, either directly or indirectly, in procuring this contract. This Bid will not be considered unless WKLVIRUPKDVEHHQIXOO\FRPSOHWHGDQGVLJQHGDQGFHUWLILHGE\WKH%LGGHU Certified this

GD\RI

, 20

.

Name of Individual, Partnership, Limited Liability Company, or Corporation herein called Bidder

Type Name of Authorized Agent

Title of person who signed above 7KLV$IILGDYLWUHTXLUHGIRU3XEOLF,PSURYHPHQW3URMHFWVE\2NOD6WDW†

BIDDER MUST ELECTRONICALLY COMPLETE AND SIGN DOCUMENT PRIOR TO SUBMITTING IN THE ELECTRONIC BID SYSTEM Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature.  6HH(OHFWURQLF6LJQDWXUHVLQ*OREDODQG1DWLRQDO&RPPHUFH$FWIRUPRUHLQIRUPDWLRQ 127$5<67$7(0(17 5/28/2014 7:18 AM

p. 6

City of Oklahoma City and its Trusts

STATE OF

)

COUNTY OF

) † )

I,

Bid MB-1181

, Notary Public in and for said County and State, do (Type Name of Notary Public)

hereby certify that on this

day of

, 20

,

, personally known to me to be the same person and official who (Type Name of Authorized Agent) DSSHDUHGEHIRUHPHLQSHUVRQDQG (Type Name of Authorized Agent) acknowledged that, as such official, he/she executed the above instrument as his/her free and voluntary act on

executed the above and foregoing instrument as

SXUVXDQWWRDXWKRULW\FRQIHUUHGDQGIRUWKHXVHVDQGSXUSRVHVWKHUHLQ

behalf of (Type Name of Bidder) set forth.

IN WITNESS THEREOF, I have hereunto set my hand and seal the day and year last above written.

Type Name of Notary Public

My commission expires:

My commission #:

BIDDER MUST ELECTRONICALLY COMPLETE, SIGN AND NOTARIZE THIS DOCUMENT 35,257268%0,77,1*,1727+((/(&7521,&%,'6<67(0 Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

5/28/2014 7:18 AM

p. 7

5/28/2014 7:18 AM

City of Oklahoma City and its Trusts

p. 8

Bid MB-1181

City of Oklahoma City and its Trusts

Bid MB-1181

TABLE OF CONTENTS DOCUMENT

NUMBER OF PAGES

Cover Page: Approval Sheet ................................................................................................AS 1 Table of Contents ............................................................................................TC 1 Notice to Bidders .............................................................................................NTB 1 Instructions to Bidders ....................................................................................ITBC 1-10 Special Provisions ...........................................................................................SP 1-13 Special Provisions-Technical…………………………………………….. ....SPT 1 List of Contract Documents ............................................................................LCD 1 Contract ...........................................................................................................C 1-3 Bonds A. Performance Bond ..........................................................................PB 1-2 B. Statutory Bond ................................................................................SB 1-2 C. Maintenance Bond ..........................................................................MB 1-3 D. Defect Bond...................................................................................DB 1-2 Certificate of Nondiscrimination .....................................................................CND 1 Small and Disadvantaged Local Business Subcontracting Plan & Affidavit ..SDLBSPA 1-2 Small and Disadvantaged Local Business Subcontracting Close Out Report SDLBPCO 1-2 City of Oklahoma City Certificate of Insurance .............................................COI 1-2 Contractor Identification Numbers..................................................................CID 1 Special Questionnaire………………………………………………………..SPQUES 1-4 List of Documents Required for this Bid ........................................................RD1 Signature Requirements for Bidding Documents............................................SR 1-3

Attachments: 1. Consulting Architect’s Plans and Drawings 2. Anti-Non Collusion Affidavit 3. Business Relationship Affidavit 4. Bid “Item Response Form”

City Standard 10/16/13

5/28/2014 7:18 AM

TC 1 p. 9

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY NOTICE TO BIDDERS Notice is hereby given that The City of Oklahoma City (“City”) will electronically receive and open sealed Bids for the construction of: Project MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage in the Office of the City Clerk, 2nd Floor, Municipal Building, 200 N. Walker Avenue, Oklahoma City, Oklahoma 73102, until 10:00 a.m., on the seventeenth day of June, 2014. Bids shall be opened electronically at the above stated time for receipt of Bids or as soon thereafter as practicable. Bids must be made in accordance with this Notice to Bidders and the Bidding Documents, which are on file and available for examination at www.bidsync.com. Bidders must preregister for Electronic Bidding at www.bidsync.com. Bidders shall be Pre-qualified in accordance with The City of Oklahoma City Ordinance No. 20,815. Mandatory Pre-Bid Conference: A Pre-Bid Conference will be held June 5th, 2014, at 11:00 a.m., at the Public Works Department, 420 West Main Street, Suite 700, Oklahoma City, Oklahoma 73102 Additional information is contained in the Bidding Documents. Prior to bidding this project, Bidders must carefully examine the Bidding Documents, Addenda (if any) and the City of Oklahoma City Standard Specifications for Public Improvements.

City Standard 10/16/13

NTB 1 5/28/2014 7:18 AM

p. 10

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY INSTRUCTIONS TO BIDDERS ARTICLE 1 - IN GENERAL 1.0

ACCESS

1.0.1 It is the policy of the City to ensure that communications with participants and members of the public with disabilities are as effective as communications with others. Anyone with a disability who requires an accommodation, a modification of policies or procedures, or an auxiliary aid or service in order to participate in a meeting should contact City Staff or TDD 2972020 as soon as possible but not later than 48 hours (not including weekends or holidays) before the scheduled meeting. The department will give primary consideration to the choice of auxiliary aid or service requested by the individual with disability. 1.0.2 The City does not provide access to a computer for electronic bidding or electronic bid submission. 1.1

BIDDING DOCUMENTS; DEFINITIONS

1.1.1 The “Bidding Documents” consist of: the “Bid Package”, Project Plans, Standard Specifications, Special Provisions and the documents referenced or incorporated, Bid Security or Bid Bond, Addenda and Contract and Bond Forms. Electronic copies of the Bidding Documents are available through the Electronic Bidding Program. The “Bid Package” consists of: Bid Package Cover Sheet; Notice to Bidders; Instructions to Bidders; List of Documents Required for this Bid; Signature Requirements for Bidding Documents; Item Response Form; Anti/Non-Collusion Affidavit; Business Relationship Affidavit; Small and Disadvantaged Local Business Subcontracting Affidavit/Plan; any other documents listed in the List of Documents Required for this Bid; and any Addenda issued prior to the Bid Date. Each Bidder shall be responsible for submitting their Bid in accordance with the Contract Documents, including all Addenda. Additionally, each Bidder shall be responsible for acquiring and distributing the necessary documents required to develop the Bid and construct the project. The “Contract Documents” consist of: Bidding Documents; Contract; Performance Bond; Statutory Bond; Maintenance Bond; Defect Bond, if required; Contractor Identification Numbers; Certificate of Insurance; Certificate of Nondiscrimination; Special Provisions; Project Plans, Standard Specifications; other documents provided in the Contract Documents or required to be submitted with the Bidding Documents; and all Addenda issued prior to the Bid Date. Any Amendments and/or Change Orders issued after the award of Contract shall be a part of the Contract Documents upon their approval by the City.

City Standard 10/16/13

ITBC 1 5/28/2014 7:18 AM

p. 11

City of Oklahoma City and its Trusts

Bid MB-1181

1.1.2 The Definitions set forth in Part 1 of the City's "Standard Specifications for Construction of Public Improvements", and in the Bid Documents, are applicable to the Bidding Documents. 1.1.3 The "Bid Date" and "Bid Time" are the date and time for the receipt of Bids as provided in the Notice to Bidders. 1.1.4 The "Architect/Engineer" is that person or firm under contract with the City, Trust, or other contracting entity to prepare the plans and specifications for and supervise the construction of the Work. 1.1.5 The "Bid Security" is that security submitted with the Bid which shall be in the form of a certified check, cashier's check or Bid Bond equal to five percent (5%) of the Bid or of an irrevocable letter of credit in the amount of five percent (5%) of the Bid and issued in accordance with the provisions of the Public Competitive Bidding Act of 1974, as amended. (61 Okla. Stat. 2011, §107) The calculation of the amount of the Bid Security shall be as provided in Section 4.2.1 of these Instructions to Bidders. Provide the Bid Bond through the Electronic Bidding Process. Irrevocable Letters of Credit, certified check and/or cashier's check must be hand delivered to the Office of the City Clerk, 2nd Floor, Municipal Building, 200 N. Walker Avenue, Oklahoma City, Oklahoma 73102 prior to Bid Time. 1.1.6 "Prequalification" or "Pre-qualified" shall mean that prior to the Bid Date the Bidder is listed by the Contractor's Prequalification Board as “Pre-qualified” for the type or types of Work required for the project. 1.1.7 "Completed" shall mean that the Work shall have been constructed in accordance with the plans and specifications and other Bidding Documents and is fully completed, the final inspection(s) have been made, and any corrections made to the satisfaction of the City Engineer. 1.1.8 "Acceptance" shall mean the formal recorded acceptance of the project by the City Council of the City of Oklahoma City or Awarding Public Entity. 1.1.9 “Small and Disadvantaged Local Business Subcontracting Program” shall mean that program which implements the policy adopted by the City Council of the City of Oklahoma City resolution of June 3, 2008, to promote and encourage the use of small and disadvantaged local businesses as subcontractors on public construction contracts and to require contractors performing public construction contracts to submit a Small and Disadvantaged Local Business Subcontracting Plan. 1.1.10 The “Electronic Bidding Process” shall mean a bid process through electronic means only. All signatures will be applied through electronic methods. Electronic Bidding Process is available at www.bidsync.com. For any assistance in completing the Electronic Bidding Process, please contact BidSync by email at [email protected] or telephone at 800-9909339. 1.1.11. The “Bidder Acknowledgment” shall mean that the Bidder prepared this Bid and, before preparing the Bid, carefully read and examined the Bidding Documents and any other

City Standard 10/16/13

ITBC 2 5/28/2014 7:18 AM

p. 12

City of Oklahoma City and its Trusts

Bid MB-1181

documentation or information. Bidder is familiar with and able to comply with all the provisions of the Bidding Documents. Bidder agrees that if this Bid is accepted, Bidder will enter into the Contract with the City of Oklahoma City and properly submit the required Bonds, documents, and insurance within seven (7) calendar days following the City’s notification of its intent to award Contract, unless such time is extended by the City Engineer. Bidder hereby agrees to commence work within ten (10) calendar days after the Work Order is issued by the City Engineer and to complete the work within the number of working days or by the calendar date specified in the Special Provisions of the Bidding Documents. Bidder encloses the Bid Security as required in Bidding Documents. The Anti/Non-Collusion Affidavit, in its entirety, is incorporated herein by reference. 1.1.12 “City Engineer” as defined in the Standard Specifications. When the project includes a participating public trust any notifications and approvals will also include the General Manager of any additional Awarding Public Entity. 1.1.13 “Awarding Public Entity” defined as the public entity, City and/or any participating public trust, awarding a Contract to a Bidder and entering a Contract for Public Improvement Work.

1.2

CONFIDENTIALITY

1.2.1 No Bidder shall divulge the sealed contents of a Bid to any person whomsoever, except those having a partnership or other financial interest with the Bidder in said Bid, until after the sealed Bids have been opened. A violation on the part of the Bidder shall make void any Contract made by the City with the Bidder based upon such Bid. 1.3

PREQUALIFICATION AND LICENSES

1.3.1 Specific procedures for prequalification are established in the "Standard Specifications for the Construction of Public Improvements." Application for prequalification must be made to the Contractor's Prequalification Board and the required information provided to the Board. Unless prequalification is specifically waived in the Bidding Documents for the project or by formal City action, all Bidders must be listed by the Contractor's Prequalification Board as "Prequalified" for the type or types of work before the Bid Date. In the event prequalification is waived, or in addition to prequalification, the Bidder may be required to present other evidence of qualification as required in the Bidding Documents. 1.3.2 Bidder’s shall be Pre-qualified for the specific type or types of construction, as provided in the Bidding Documents and the City of Oklahoma City’s “Standard Specifications for the Construction of Public Improvements.” Unless prequalification is specifically waived in the Special Provisions for the project, the City Clerk will not tabulate submission of any proposed Contractor or Bidder who is not listed, at the time for receipt of Bids, as Pre-qualified for the type or types of work required for the project and such submission will not be considered by the City.

City Standard 10/16/13

ITBC 3 5/28/2014 7:18 AM

p. 13

City of Oklahoma City and its Trusts

Bid MB-1181

1.3.3 The prequalification requirements for the project are set forth in the Special Provisions of the Bidding Documents. 1.3.4 Regardless of whether or not prequalification is required, any proposed Contractor or Bidder must have obtained any license or licenses required by the City which is/are necessary to the accomplishment of the work. Such license(s) must have been obtained prior to the submission of a Bid on the project. Failure to possess the necessary license(s) is reason for a recommendation to the City that a Contract not be awarded. 1.4

SALES TAX

1.4.1 Title 68 Oklahoma Statutes (2011) Section 1356 (I) exempt sales to municipalities and their contractors from sales taxes on the sale of "tangible personal property or services." All Bids made for City projects shall be assumed to have been made based on such statutory exemption as effective on the Bid Date. The City shall not pay any sales tax and shall not reimburse the Contractor for any tax on purchases by the Contractor except as included in the unit price. No change orders or amendments shall be approved for reimbursement of sales tax or changes in sales tax. A change in sales tax shall not be deemed a change in conditions of the Contract. 1.4.2 Any interpretation of or procedure for the sales tax exemption must be sought from the Oklahoma Tax Commission or the Bidder's legal counsel. 1.5

STANDARD SPECIFICATIONS

1.5.1 The City of Oklahoma City's "Standard Specifications for the Construction of Public Improvements," as amended, shall govern all aspects of bidding for and construction of the project. Exceptions to the "Standard Specifications" will be set forth in the Special Provisions. The Special Provisions shall prevail over any conflicting statement in the Standard Specifications. The Standard Specifications are available for review at www.okc.gov or purchase in the Development Center, 8th Floor, 420 W. Main Street, Oklahoma City, Oklahoma 73102. 1.6

ELECTRONIC BIDDING

1.6.1 The Electronic Bidding Process is available at www.bidsync.com. For any assistance in completing the electronic process, please contact BidSync by email at [email protected] or telephone at 800-990-9339. 1.6.2 Bidders must preregister for Electronic Bidding at www.bidsync.com prior to completing, signing and submitting a bid on this project. ARTICLE 2 - BIDDER'S REPRESENTATIONS 2.1

The Bidder by making a Bid represents that:

City Standard 10/16/13

ITBC 4 5/28/2014 7:18 AM

p. 14

City of Oklahoma City and its Trusts

Bid MB-1181

2.1.1 The Bidder has read carefully and understands the Bidding Documents and has inspected the Project Site and become familiar with local conditions under which the Work is to be performed and has informed himself by independent research of the difficulties to be encountered and personally judged the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and of the time required for its completion and has correlated the Bidder's personal observations with the requirements of the Bidding Documents and the Bid is made in accordance therewith. 2.1.2 The Bidder has read and understands the Bidding Documents to the extent that such documentation relates to the work for which the Bid is submitted and for other portions of the work, if any, being Bid concurrently or presently under construction. 2.1.3 The Bid is based upon the materials, equipment, systems or services required by the Bidding Documents without exception. 2.1.4 The Bidder has read and acknowledges that by confirming the Bid electronically, the Bidder is accepting the Bidder Acknowledgment as defined in section 1.1.11.

ARTICLE 3 - BIDDING DOCUMENTS 3.1

COPIES

3.1.1 The Bidding Documents are available through the Electronic Bidding Process. . 3.1.2 Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the City nor the consulting Architect or consulting Engineer assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 3.2

INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS

3.2.1 The Bidder shall at once report to the City Engineer or the consulting Architect/Engineer any errors, inconsistencies or ambiguities discovered. All requests for interpretation of the Bidding Documents must be made to the City Engineer and to any consulting architect or consulting engineer. 3.2.2 Addendum Required. The Bidding Documents represent all the information the City will provide. Interpretations and corrections of and/or changes to the Bidding Documents will be made only by addendum. Such addenda shall be issued by the City Engineer and approved or ratified by the City. Interpretations and/or changes made in any other manner will not be binding upon the City and Bidders shall not rely upon them. All Addenda will be issued through the Electronic Bidding Process. 3.3

SUBSTITUTIONS

City Standard 10/16/13

ITBC 5 5/28/2014 7:18 AM

p. 15

City of Oklahoma City and its Trusts

Bid MB-1181

3.3.1 The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. The Notes to Buyer box in the Electronic Bidding Process cannot be used for substitutions. Using the Notes to Buyer box may result in the Bid being rejected. 3.3.2 Pre-Bid Consideration; Addendum required. No substitution will be considered prior to the receipt of Bids unless a written request for approval has been received by the City Engineer or consulting Architect/Engineer within seven (7) days prior to the Bid Date. Such requests shall include the name of the material, product, or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, products, equipment or other portions of the work, including changes in the work of other contracts that incorporation of the proposed substitution would require, shall be included in the request. The burden of proof of the merit of the proposed substitution is upon the Bidder. 3.3.3 If a proposed substitution is approved prior to Bid Date, such approval will be set forth in an addendum issued by the City Engineer and approved or ratified by the City. Bidders shall not rely upon approvals made in any other manner. 3.3.4 Post-Contract Consideration. Substitutions may be considered after the award of Contract unless specifically prohibited in the Bidding Documents. However, any Bidder basing a Bid on a substitution not approved by pre-Bid addendum does so at the risk of being required to provide the materials designated in the Bidding Documents. 3.4

ADDENDA DELIVERY AND RECEIPT

3.4.1 The City Engineer may issue addenda as may be necessary in the best interest of the City. Addenda may amend the date and/or time for receipt of Bids or any specification, item, document or requirement in the Bidding Documents. Addenda will be delivered through the Electronic Bidding Process. It shall be the obligation of the Bidder to ascertain through the Electronic Bidding Process prior to the Bid Date, whether Bidder has received all addenda. Bidder has the obligation to read and comply with the terms of the Bidding Documents as amended by addenda, if any. 3.4.2 Copies of addenda will be made available for inspection through the Electronic Bidding Process. 3.4.3 The Electronic Bidding Process shall be considered proof that the City delivered notification of an addendum to a Bidder. 3.5

MANDATORY PRE-BID CONFERENCE

3.5.1 The City requires all prospective Bidders to attend a Pre-Bid Conference as a prequalification requirement to be eligible to submit a sealed Bid. Attendance is a prequalification requirement for this project. The Contractor who plans to submit a Bid must attend this conference. The City Engineer or his designee and any consultant for the project

City Standard 10/16/13

ITBC 6 5/28/2014 7:18 AM

p. 16

City of Oklahoma City and its Trusts

Bid MB-1181

must also attend this conference. Failure to attend this conference will cause the City Clerk to not consider the Bidder’s submission. The purpose of the conference is to discuss the plans and specifications. NOTE: The Pre-Bid Conference will begin at the designated time; a sign-in sheet will be passed to all attendees; only full-time employees of the prospective Bidder’s company will be considered as eligible representatives for attendance; and, five minutes after the meeting is called to order, the sign-in sheet will be closed (late arrivals will not be allowed to sign in). The official timekeeper for closing the sign-in sheet shall be the consulting Architect/Engineer or City staff member chairing the Pre-Bid Conference. In the case of a joint venture, an eligible representative from each of the participating organizations in the joint venture must be in attendance. Sub-contractors are not required to attend. The following will not be eligible to Bid on the project: (1) prospective Bidders leaving the meeting prior to adjournment of the Pre-Bid Conference; (2) prospective Bidders whose names have been placed on the sign-in sheet, but were not in attendance; or, (3) anyone arriving at the pre-Bid Conference after the sign-in sheet has been closed. ARTICLE 4 - BIDDING PROCEDURES 4.1

FORM AND STYLE OF BIDS

4.1.1

The Bid must be submitted through the Electronic Bidding Process.

4.1.2 All forms, all blanks and all affidavits must be completed, signed and submitted electronically. 4.1.3 All prices must be completed and submitted electronically. Where so indicated by the makeup of the Item Response Form, sums shall be expressed in numerals. All base bid items must have a price indicated. All alternate bids, whether add alternates or deduct alternates, must have a price indicated, unless expressly stated otherwise in the Special Provisions. Should the Special Provisions expressly state that Bidders need not bid on all alternates, a Bidder that does not wish to bid on that add/deduct alternate bid must enter “No Bid” into the Notes to Buyer box and a bid of “zero dollars” must be entered for that line item. 4.1.4 Where detailed or unit prices are requested or required in the Bidding Documents, the Bidder must complete and submit detailed or unit prices on the Item Response Form and the total bid amount shall be the cumulative total of the detailed or unit prices. Unless otherwise provided in the special provisions, where unit prices are bid, payments and claims will be based on actual quantities used. Any substantial change(s) in quantities required to complete the work will require a Contract amendment and any deduction or increase in payment will be based on unit prices and actual verified and authorized quantities.

City Standard 10/16/13

ITBC 7 5/28/2014 7:18 AM

p. 17

City of Oklahoma City and its Trusts

4.2

Bid MB-1181

BID SECURITY

4.2.1 Each Bid shall be accompanied by a Bid Security in the form of a Bid Bond and/or irrevocable letter of credit or a certified check and/or cashier's check delivered by bid receipt time, in the amount of five percent (5%) of the amount of the Bid. Bid Bonds must be uploaded in the Electronic Bidding Process and must be submitted electronically with the Bid. Irrevocable Letters of Credit, certified check and/or cashier’s check must be hand-delivered to the Office of the City Clerk, 2nd Floor, Municipal Building, 200 N. Walker Avenue, Oklahoma City, Oklahoma 73102, in a sealed envelope with notations including the Bidder’s name, the project number and “Bid Security,” prior to Bid Time. For the purposes of this section, Bid shall mean the highest combination of the base bid plus all add/deduct alternate bids. The Bid Security is a guaranty that the Bidder will enter into a Contract with the City on the terms stated in the Bid and will furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds as required and/or the required certificates of insurance and other required documents, the amount of the Bid Security shall be forfeited to the City as liquidated damages, not as a penalty. 4.2.2 The City has the right to retain the Bid Security of Bidders until either (a) the Contract and bonds and other required documents have been executed or submitted by the successful Bidder, or (b) the specified time to award Bids has elapsed so that Bids may be withdrawn in accordance with State law, or (c) all Bids have been rejected, or (d) another Bidder has been determined to be the successful Bidder. 4.3

SUBMISSION OF BIDS

4.3.1 The Item Response Form and affidavits, the Bid Security and any other documents required to be submitted with the Bid shall be submitted through the Electronic Bidding Process. Bids will only be accepted electronically per Oklahoma City Municipal Code 2-871 . 4.3.2 All Bids from prequalified Bidders timely received may be considered by the City prior to a Contract being awarded. Bids shall be electronically delivered through the Electronic Bidding Process, not more than 96 hours, excluding Saturdays, Sundays, and holidays, prior to the Bid Date and Bid Time. All Bids received before more than 96 hours before the Bid Date and Bid Time, will not be considered. Submissions will not be received after the time and date for receipt. through the Electronic Bidding Process. 4.3.3 The Bidder shall assume full responsibility for timely completion and submission of the Bid through the Electronic Bidding Process. 4.3.4 Any bid not submitted through the Electronic Bidding Process is invalid and will not receive consideration. 4.3.5 The Bid affidavits must be properly completed, signed, sworn to, notarized and submitted with the Bid electronically.

City Standard 10/16/13

ITBC 8 5/28/2014 7:18 AM

p. 18

City of Oklahoma City and its Trusts

Bid MB-1181

The required affidavits are: (1) (2) (3) 4.4

Anti/Non-Collusion Affidavit Business Relationship Affidavit Such other Affidavits as may be required by law

BIDS NOT TO BE MODIFIED OR WITHDRAWN

4.4.1 No Bid shall be withdrawn, altered, changed, executed or otherwise revised in any manner by any Bidder once delivered to the City Clerk through the Electronic Bidding Process. ARTICLE 5 - CONSIDERATION OF BIDS 5.1

OPENING OF BIDS; TIME FOR CONSIDERATION

5.1.1 Pursuant to City Ordinance, Bids submitted and timely received will be opened publicly and will be read aloud in the presence of the City Clerk, the City Auditor and the Purchasing Agent or their designees at the time stated in the Notice to Bidders. Opened Bids will remain on file in the Office of the City Clerk for at least forty-eight (48) hours before a Contract is entered into. A tabulation of Bid information may be made available to the Bidders within a reasonable time.

5.2

REJECTION OF BIDS

5.2.1 The Bids will be considered by the City. The City shall have the right to reject any or all Bids. By Resolution No. 93-01, adopted June 22, 1993, the Council declared its intent to reject a Bid not accompanied by the required Bid Security, and/or a properly signed Item Response Form, and/or properly completed, signed and notarized Bid affidavits and/or by other item(s) required by the Bidding Documents, and may reject a Bid which is in any way incomplete or irregular. The City shall have the right to waive immaterial defects or irregularities in a Bid received and to accept the Bid, which, in the City's judgment, is in its own best interest. 5.3

ACCEPTANCE OF BID AND AWARD OF CONTRACT

5.3.1 It is the intent of the City to award a Contract to the lowest and best responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents. 5.3.2 The City shall have the right to accept add/deduct alternate bids in any order or combination and to determine the lowest and best Bidder on the basis of the sum of the base Bid and such alternates accepted by the City at its discretion, unless otherwise stated in the Special Provisions. 5.3.3 Should a Bidder who is awarded a Contract upon a Bid fail to execute and provide the Contract and bonds or to provide the required certificates of insurance and/or any other required

City Standard 10/16/13

ITBC 9 5/28/2014 7:18 AM

p. 19

City of Oklahoma City and its Trusts

Bid MB-1181

documents, the City Council reserves the right to offer the Contract to the Bidder deemed to be the next lowest and best responsible Bidder. ARTICLE 6 - CONTRACT AND BONDS 6.1

BOND AND INSURANCE REQUIREMENTS

6.1.1

See the Special Provision for Bond requirements.

6.1.2

The cost of such bonds shall be included in the amount of the Bid.

6.1.3 The City may, by formal action, reject/not accept any bond if the surety issuing the bond is: (1) now in default or delinquent on any demand on any bond; (2) is an adverse party to the City of Oklahoma City or any of its participating public trusts in any litigation involving bonds issued in favor of the City of Oklahoma City or any of its participating public trusts; or, (3) is not licensed or otherwise permitted to do business in the State of Oklahoma. 6.2

TIME OF DELIVERY CONTRACTS, BONDS AND INSURANCE

6.2.1 The Bidder shall deliver the required Contract and bonds, together with the certificates of insurance as required in the Special Provisions, to the City’s project manager no later than seven (7) calendar days following the City’s notification of its intent to award Contract, unless that time is extended by the City Engineer. 6.2.2 The date blanks on the Bonds shall be left blank. The dates will be inserted by the City upon approval of the Contract and Bonds by the Awarding Public Entity. 6.2.3 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. The provisions for the competitive bidding of City projects and the form of and requirements for the Bidding Documents are governed by the Charter and Ordinances of the City of Oklahoma City, the Oklahoma Competitive Bidding Act, the City of Oklahoma City's "Standard Specifications for the Construction of Public Improvements," Resolution #93-01 of June 22, 1993, and other adopted policies of the City Council.

City Standard 10/16/13

ITBC 10 5/28/2014 7:18 AM

p. 20

City of Oklahoma City and its Trusts

Bid MB-1181

SPECIAL PROVISIONS Project MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage These Special Provisions are included in and are a part of the Bidding Documents for this project. 1. Standard Specifications for the Construction of Public Improvements. The City of Oklahoma City's "Standard Specifications for the Construction of Public Improvements" as most recently amended, is included by reference in these Bidding Documents in its entirety as though fully set forth herein. The provisions of the "Standard Specifications of the Construction of Public Improvements" are applicable to and binding upon this project unless and except where specifically superseded by a provision(s) of the Special Provisions and/or the Special ProvisionsTechnical for this project. The Special Provisions-Technical shall prevail over any conflicting statement in or requirement of the Special Provisions. Copies of the "Standard Specifications for the Construction of Public Improvements" may be obtained from the City Clerk at the cost established by Ordinance. 2. Nondiscrimination. Neither the Contractor nor any subcontractors employed on this project may discriminate against any employee or applicant for employment because of race, religion, creed, sex, color, national origin, ancestry, age or disability as defined by the Americans with Disabilities Act. A Certification of Nondiscrimination must be properly signed and submitted with the Contract. The requirements of the Certificate must be included in any subcontracts connected with the performance of the Contract. The Contract may be canceled by the City for noncompliance with the provisions of the Certificate and the Contractor may be declared to be ineligible for further contracts until satisfactory proof of intent to comply shall be made by the Contractor and/or any subcontractors. The "Notice of Equal Employment Opportunity" poster must be exhibited in a central and public location at the place of business by the Contractor and each subcontractor while the Contractor and any subcontractors are performing work on the project. 3. Permits or Licenses. The Contractor must, at his own cost, secure all permits and licenses and pay all fees required by City of Oklahoma City Ordinance or State Statute and give all notices necessary and incidental to the lawful prosecution of the work. 4. Laws to be Observed. The Contractor shall at all times observe and comply with all Federal and State laws and regulations and all City of Oklahoma City Ordinances, Codes and regulations which in any manner affect the conduct of the work and shall observe and shall comply with all orders and decrees which exist at the present or which may be enacted later, of bodies or tribunals having jurisdiction or authority over the work and no plea of misunderstanding or ignorance thereof will be considered.

City Standard 10/16/13

SP 1 5/28/2014 7:18 AM

p. 21

City of Oklahoma City and its Trusts

Bid MB-1181

5. Safety. Contractor shall establish and implement safety measures, policies and standards conforming to those required or recommended by governmental and quasi-governmental authorities including, but not limited to, the requirements of the United States Occupational Safety and Health Act. 6. Contract. Contractor will enter into the Contract with the City of Oklahoma City and properly submit the executed Contract and the required bonds, documents, and certificates of insurance within seven (7) calendar days following the City’s notification of its intent to award Contract, unless said time is extended by the City Engineer. With the Contract, the Contractor will submit a properly signed Certificate of Nondiscrimination and a completed "Contractor Identification Numbers" form, which provides the information required. No work shall be commenced until the written Contract has been executed and the required bonds and insurance have been provided and a work order has been issued by the City Engineer. 7. Amendments and Change Orders. The provisions of the Contract may be amended or changed only by an amendment or a change order approved by the City. As used herein, the terms "amendment" and "change order" shall have the following meanings. “Amendment” shall mean a modification to a construction contract which was Bid on a unit price basis and which modifies the quantity of an item or items based on the unit price stated in the Bid. No amendment shall be effective until it has been approved by the City. (Amendments are not subject to the percent of contract cost limits set in the Oklahoma Competitive Bidding Act, 61 O.S. (2011) Section 121.) “Change Order” shall mean a modification of a lump sum contract or a contract bid on a unit price basis where a unit price has not been established for a particular item or items of work. The change order may authorize an addition, deletion or revision in the work or an adjustment of the contract price or the contract time. However, the cumulative amount of change orders shall not exceed the limit established by State law. No change order shall become effective until it has first been approved by the City. 8. Pre-Work Conference. The City shall hold a pre-work conference. The Contractor or his designee must attend the conference. The Contractor's superintendent and subcontractor(s) may attend. The City Engineer or his designee and any consultant for the project and a representative of the Field Services Division will attend for the City. The conference will be conducted at a time and place established by the City Engineer. 9. Contractor's Responsibility for the Work. Until formal written acceptance by the City, the work shall be under the charge and care of the Contractor. The Contractor shall take every necessary precaution to prevent injury or damage to the work or any part thereof by the action of the elements or any other cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall at his own expense rebuild, repair, restore, and make good all injuries or damage to any portion of the work occasioned by any of the forgoing causes before formal acceptance of the work by the City.

City Standard 10/16/13

SP 2 5/28/2014 7:18 AM

p. 22

City of Oklahoma City and its Trusts

Bid MB-1181

10. Inspection. The City Engineer and his representatives and the consulting architect and his representatives or consulting engineer and his representatives shall at all times have access to the work. Contractor will provide proper and safe access for inspection. The City may maintain inspectors on the job site for the purpose of inspecting materials, workmanship and conditions of work and equipment. Contractor shall notify the City Inspector twenty-four (24) hours prior to pouring concrete and at any other times required in the Special Provisions. Contractor shall notify the City Inspector twenty-four (24) hours prior to performing work relating to exposing, supporting, adjusting, connecting or relocating waterlines. The phone number for Field Services is 297-3571. The Field Services office is open between 7:30 a.m. and 4:30 p.m., Monday through Friday. In addition to the above inspections, the Contractor shall provide proper and safe access for all inspections required by City of Oklahoma City Ordinances and Technical Codes and any other inspections required by Federal or State laws or regulations. It is the Contractor's responsibility to arrange for and have conducted any and all inspections required by the City of Oklahoma City's Building, Plumbing, Electrical, Mechanical, Fire, and Zoning Codes and to comply with all the provisions of said Codes. 11. Testing. The City Engineer will provide a test schedule for the work and shall designate which samples must be taken or tests be conducted and which must be taken or conducted in the presence of an inspector. The City Engineer may require such additional tests as he deems necessary to the proper construction of the project. All tests will be made in accordance with the appropriate specifications. The Contractor shall provide such facilities as the City Engineer or his representatives may require for collecting and forwarding samples. All tests shall be made at a laboratory designated by the City and at the expense of the City. 12. Payment and Retainage. Partial payments shall be made based on the Work timely completed and in accordance with the Contract and the submission of the required documents. Five percent (5%) of all partial payments due shall be withheld as retainage. Applications for payment shall be made upon the forms provided by the City or photocopies thereof and such forms must be properly completed, signed and notarized. Applications for payments shall have attached thereto the Contractor's invoice and other supporting detail. Contractor must supply invoices for any stored materials for which payment is claimed. 13. Closing a Street. Streets or lanes of streets in the construction zone may be closed only upon the prior approval of the City Engineer or his designee. Should a street closing be approved, the Contractor is responsible for notifying the following at least twenty four (24) hours in advance of the closing. Notification by Fax is preferred. Department

FAX #

Telephone #

Inspection Services Traffic Engineer

682-7067 297-3365

297-3571 297-2531

City Standard 10/16/13

SP 3 5/28/2014 7:18 AM

p. 23

City of Oklahoma City and its Trusts

Police Support Services Fire Department Emergency Operations Center

297-1718 297-3329 424-1609

Bid MB-1181

297-1144 297-3314 297-2255

14. Detours. The City Engineer or his designee shall first approve all detour routes while streets are closed during construction. The Contractor must sign and maintain all detour routes and the signs and devices must be in conformance with the requirements of the "Manual on Uniform Traffic Devices." 15. Barricades and Warning Signs. Where work is carried on in, or adjacent to, any street, alley or public place, the Contractor shall, at his own expense, furnish, erect and maintain such barricades, fences, lights, warning signs and danger signals and shall provide such watchmen and take such other precautionary measures for the protection of persons or property and of the work as may be necessary. In addition, a sufficient number of barricades shall be erected to keep pedestrians and vehicles from entering on or into any work zone(s). From sunset to sunrise, the Contractor shall furnish and maintain at least one light on each barricade. All devices shall be in conformance with the "Manual on Uniform Traffic Control Devices." The Contractor shall provide an "after hours" phone number to the City of Oklahoma City's Emergency Operations Center and to the Field Services Division to be used for notification to the Contractor of the need to repair signs, barricades or other warning or control devices. Failure to comply with these requirements may result in the issuance of a Stop Work Order to remain in effect until the deficiencies are corrected. The issuance of a Stop Work Order shall not act to defer or suspend the counting of the working days for the project. 16. Final Cleaning Up. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work surplus and discarded materials, temporary structures, barricades and other warning devices, stumps and portions of trees and debris of any kind. The Contractor shall leave the site or the work in a neat and orderly condition. Waste materials removed from the site of the work shall be disposed of at locations satisfactory to the City Engineer and which are in compliance with Federal, State and City of Oklahoma City requirements. 17.

Insurance and Indemnity. A. The Contractor shall indemnify, defend and save harmless the City and its beneficiary trusts from any and all losses, expenses, costs, damages, penalties, or any injuries, including death, directly or indirectly resulting from acts or omissions of the Contractor and its agents, employees, and subcontractors and/or from any penalties for violation of any law, ordinance or regulation by the Contractor and its agents, employees, and subcontractors. The presence of or inspections by employees or agents of the City and or participating public trust shall not limit, affect, waive, release, or extinguish any duty, obligation, or responsibility of the Contractor. The obligations imposed by this paragraph shall not be limited, affected, waived, or extinguished by any obligation to provide insurance or by the provision or procurement of insurance.

City Standard 10/16/13

SP 4 5/28/2014 7:18 AM

p. 24

City of Oklahoma City and its Trusts

Bid MB-1181

B. During the entire term of the Contract (from the approval of the Contract to the final acceptance of the fully completed project by formal action of the City) and for such additional period thereafter as specifically required herein, the Contractor shall provide, pay for, and maintain the following types of insurance: (1) Worker’s Compensation. The Contractor must maintain, during the term of the Contract, Worker's Compensation Insurance as prescribed by the laws of the State of Oklahoma, and Employer's Liability Insurance for all of its employees at the project sites. If any work is subcontracted, the Contractor shall require the subcontractor similarly to provide Worker's Compensation and Employer's Liability Insurance for all the subcontractor's employees at the project sites, unless such employees are covered by the insurance purchased by the Contractor. In the event any class of employees engaged in work performed under the Contract or at the project sites are not protected under such insurance heretofore mentioned, the Contractor shall provide or shall cause each subcontractor to provide adequate insurance for the protection of the employees not otherwise protected. (2) Commercial General Liability Insurance. Contractor shall carry a policy of commercial general liability insurance. If the Contractor's Commercial General Liability coverage is written in a "claims-made" form, Contractor shall also provide tail coverage that extends a minimum of two years from the expiration of this Contract. (3) Automobile Liability Insurance. The Contractor shall maintain insurance coverage as to the ownership, maintenance, and use of all owned, non-owned, leased or hired vehicles. C. The Contractor must carry and maintain the required insurance policies and may not cancel, fail to renew, nor decrease its limits without 30 days written notice to the City and its beneficiary trusts. The Contractor must provide properly executed Certificates of Insurance evidencing insurance coverage as required by the Contract for this project. The Certificates of Insurance must specifically state the project number and description. An authorized representative of the insurance companies listed on the Certificates of Insurance must sign the Certificates. The Contractor must attach to the Certificates of Insurance such documentation as will demonstrate the authority of the insurance agent to sign the Certificates. Additionally, the Contractor must provide a covenant from the insurance agent that the insurance agent will provide to the City and its beneficiary trusts 30 days advanced written notice prior to any cancellation, lapse, reduction, limitation, or non-renewal of any insurance coverage or policy required for this project. The Contract will provide the Certificates of Insurance to the City with its signed Contract and Bonds. The City Engineer will not issue a Notice to Proceed and the Contractor may not commence work or occupancy of the project sites until the required Certificates of Insurance have been received and verified; however, working days may commence and may accrue or be accruing pending presentation of the required insurance certificates and documentation and the

City Standard 10/16/13

SP 5 5/28/2014 7:18 AM

p. 25

City of Oklahoma City and its Trusts

Bid MB-1181

effectuation of the required insurance coverage. Certificates of Insurance must be standard industry forms, such as ACORD, or in the form included in these specifications. D. The minimum liability coverage for each liability and each property insurance policy shall not be less than the greater of the following amounts: (i) $1,000,000, (ii) the cumulative maximum liability limit for the City and each participating public trust under the Governmental Tort Claims Act (51 O.S. §§151 et seq.), or (iii) the minimum amount required by the Contractor’s prequalification classification. All liability and property policies as to which the City is not a named insured must, to the extent allowed by law, provide an endorsement or appropriate coverage language to make the City and its beneficiary trusts “additional insureds.” The required policies of insurance must be enforceable in Oklahoma and will be construed in accordance with the laws of the State of Oklahoma. E. In the event of a reduction in any aggregate insurance coverage or limits below the coverage required by this specification, the Contractor shall take immediate steps to have the full amount of the required insurance coverage reinstated. If at any time the City requests a written statement from the insurance company(s) as to any impairments to the aggregate coverage or limits, the Contractor hereby agrees to promptly authorize and have delivered to the City such statement. The Contractor shall remove or cover any impairment to insurance coverage as soon as known to it. The Contractor authorizes the City to confirm with the Contractor's insurance agents, brokers, surety and insurance carriers all information necessary to confirm or evidence the Contractor's compliance with bonding and insurance requirements. The Contractor’s insurance coverage shall be primary to any insurance or self-insurance program carried by the City or any participating public trust. F. Any deductibles or self-insured retentions in excess of $25,000, or any other riskmanagement scheme other than a fully insured program of commercial general liability and automobile liability insurance must be declared by the Contractor prior to contract award and must be addressed to the satisfaction of the City and its beneficiary trusts in advance of contract award. At the option of the City and its beneficiary trusts, the Contractor may be required to: (1) reduce or eliminate such deductibles or to establish self-insured retentions with respect to the liability coverage for the City and its beneficiary trusts; or (2) procure and provide a bond or irrevocable letter of credit guaranteeing payment to the City and its beneficiary trusts for claims, losses, expenses, and other related costs of investigations, claims administration, and defense expenses not otherwise covered by Contractor's insurance because of deductibles or self-insurance retentions; or (3) provide owner’s protection liability coverage with the City and any participating trust as the named insureds, for the commercial general liability requirement, in a combined single-limit bodily injury and property damage amount of One Million Dollars ($1,000,000.00). G. All insurance policies shall be issued by insurance companies licensed and authorized to do business in Oklahoma with an A.M. Best rating of A-VII or better. The

City Standard 10/16/13

SP 6 5/28/2014 7:18 AM

p. 26

City of Oklahoma City and its Trusts

Bid MB-1181

Contractor must timely provide to the City certified, true, and exact copies of all insurance policies required for this project whenever requested by the City. In addition, Contractor must require each insurance company that issues a certificate of insurance to the City to provide a copy of the policy to the City upon request. H. On all building projects the successful bidder will provide Builder’s Risk Insurance (all risk coverage for building or facility construction and renovation projects). The Contractor shall procure and shall maintain, during the term of the Contract, builder’s risk insurance (broad form coverage, including theft, fire coverage on building construction or renovation) in the amount of one hundred percent (100%) of the construction cost. Such insurance shall remain in effect until 11:59 p.m. on the date of final acceptance of the entire fully completed project by formal action of the City, whether or not the project is substantially completed or whether or not the building or some part thereof is occupied in any manner prior to final formal acceptance. The Contractor shall be named as insured and the City and its beneficiary trusts (as their interests may appear) shall be named as additional insureds. The coverage shall provide protection for the Contractor, the City, and any participating public trust, respectively, against property damage and damage claims which may arise from activities, omissions, or operations by the Contractor or its subcontractors under the Contract and also against any of the special hazards which may be encountered by the Contractor or its subcontractors in the performance of the Contract. Neither the Contractor nor any of its subcontractors, employees, or agents shall commit any act, operation, or omission that would vitiate, invalidate, or impair the insurance coverage hereunder. The insurance coverage must also include all stored materials, supplies, and equipment when stored off site. 18. Bonds. As required by and in accordance with the Bidding Documents the successful Bidder shall furnish bonds. The bonds must be submitted on the forms, or photocopies thereof, provided in the Bidding Documents. All bonds must be provided by a Surety authorized to do business in the State of Oklahoma. The bonds are Performance Bond, Statutory Bond, Maintenance Bond and, whenever applicable, Defect Bond, and are particularly described in the Standard Specifications. A. Performance Bond. A properly executed Performance Bond in favor of the City of Oklahoma City, and any participating Trust, on the form provided in the Bidding Documents must be submitted with the Contract. Generally, the Performance Bond shall guarantee the Contractor’s full and faithful execution of the work and performance of the Contract in accordance with the Contract, and any Change Order or Amendment to the Contract, and provide for the protection of the City and all property owners against any damage by reason of acts or omissions of the Contractor or the improper execution of the work or the use of inferior materials. B. Statutory Bond. A properly executed Statutory Bond on the form provided in the Bidding Documents must be submitted with the Contract. The Statutory Bond shall provide that the Contractor will make payment for all labor, materials and equipment used in the construction of the project. The Statutory Bond shall be made in favor of the State of Oklahoma and subcontractors, and all suppliers of labor, material, rented machinery or

City Standard 10/16/13

SP 7 5/28/2014 7:18 AM

p. 27

City of Oklahoma City and its Trusts

Bid MB-1181

equipment, and repair of and parts for equipment used or consumed in the performance of the contract. C. Maintenance Bond. A properly executed Maintenance Bond on the form provided in the Bidding Documents must be submitted with the Contract. The Maintenance Bond shall be in favor of the City of Oklahoma City, and any participating Trust, and shall be for a period of Two ( 2 ) years. The bond for the term of this Contract will be in an amount equal to one hundred percent (100%) of the Contract amount. D. Defect Bond. If applicable, a properly executed Defect Bond on the form provided in the Bidding Documents must be submitted with the Contract. The Defect Bond shall be in favor of the City of Oklahoma City, and any participating Trust, and the term shall be the same duration as the Maintenance Bond. The Defect Bond will be in an amount equal to one hundred percent (100%) of the Contract amount for the term of the bond. The Contractor will provide a properly executed Defect Bond provided by a surety authorized to do business in the State of Oklahoma if the Contractor has not complied with the provision 1, 2, 3, or 4 below: 1.

The Contractor has not shown proof of his intentions to perform and maintain for the specified period of maintenance bond tenure, by establishing within a forty (40) mile radius of the office of the City Engineer, 420 W. Main Street, Oklahoma City, Oklahoma, a business address (as defined in the Oklahoma City Municipal Code) with a telephone (staffed by competent employees approved by the City Engineer under who supervision the work will be performed), and a yard (as defined in the Oklahoma City Municipal Code) equipped with sufficient necessary equipment available 24 hours-a-day to perform and maintain all classes and subclasses of work for which the Contractor is pre-qualified to bid. This office and yard as equipped shall have been established prior to the time the applicant submits his application for qualification; or,

2.

Contractor opting to have the City retain a sum equal to 15% of the total Contract amount for the extent of the maintenance period (said funds may be used by the City to insure compliance with the maintenance obligations of the City); or

3.

Contractor opting to provide a properly executed Defect Bond on a form provided by the City and issued by a surety authorized to do business in the state of Oklahoma; or

4.

Contractor acting in a joint venture with a Pre-qualified person which meets the requirements of City Council Resolution of May 27, 1997 pertaining to prequalification.

The Defect Bond guarantees the Contractor shall timely repair any defect and maintain or provide for the timely maintenance of any repair on the project for a

City Standard 10/16/13

SP 8 5/28/2014 7:18 AM

p. 28

City of Oklahoma City and its Trusts

Bid MB-1181

specified term. The term of the Defect Bond shall be as provided in the Special Provisions and in an amount equal to one hundred percent (100%) of the Contract amount. The Defect Bond shall be made in favor of the City of Oklahoma City. 19. Time of Completion. Work on this project shall commence within ten (10) calendar days from the date on which the work order is issued and completed on or before September 30, 2014 from the commencement thereof. The rate of progress shall be such that the whole work will be performed and the premises be cleaned within the time stated herein and in accordance with the Contract, Contract Documents and any Change Order and Amendment, unless an extension of time be made in the manner herein after specified. 20. Extension of Time of Completion. The Contractor shall be entitled to an extension in time only when: a) The claim for such extension is submitted to the City Engineer in writing by the Contractor within seven (7) days from and after the time when the alleged cause of delay shall occur; and b) Then only when such claim is approved by the City Engineer and the governing body of the contracting public entity. In adjusting the time for completion of the project, all strikes, lockouts, unusual delays in transportation or any condition over which the Contractor has no control unless and except delays by a subcontractor deemed to be within the control of the Contractor and any suspensions of activities ordered by the City Engineer for causes not the fault of the Contractor shall be excluded from the computation of the Contract time for the completion of the work. If the satisfactory execution and completion of the Contract should require work or materials in greater amount or quantities than those set forth in the Contract, then the Contract time may be increased by the City Engineer. No allowance shall be made for delays or suspensions of the prosecution of the work due to the fault of the Contractor. 21. Verification and Inspection of Payroll Records. The Contractor shall keep weekly records; permits inspection of records; and certify and provide copies of payroll records and contracts and subcontracts. Example forms are available from the Public Works Department for the convenience of the Contractor. 22.

Prequalification Waived in Favor of Other Submissions. The requirements of the Contractor’s Prequalification Resolution of May 27, 1997, are waived (for the purpose of bidding only) for this project. All other requirements of the prequalification ordinance (working in a public right-of-way) are not waived. In lieu of prequalification, Bidder is required to submit other evidence of knowlwdge and experience relating to Bidder’s ability to perform the work required for this project. The special questionnaire form is included in the Bidding Documents and must be properly completed and submitted with this Bid. Failure to properly complete the form may cause for the Bid to be recommended for rejection.

23.

Small and Disadvantaged Local Business Subcontracting Program. The City of Oklahoma City has adopted a program to encourage and promote the use of small and disadvantaged local businesses as subcontractors on public construction contracts as set forth in the

City Standard 10/16/13

SP 9 5/28/2014 7:18 AM

p. 29

City of Oklahoma City and its Trusts

Bid MB-1181

Oklahoma Public Competitive Bidding Act. The successful bidder awarded a public improvement contract by the City must provide the City a small and disadvantaged local business subcontracting plan setting forth the Contractor’s efforts and strategies to provide and extend opportunities for small and disadvantaged local business participation in the performance of subcontracts on City projects. The Contractor’s plan must be submitted to the City Engineer before a notice to proceed with work will be issued. The plan must set forth the Contractor’s outreach efforts and internal efforts. The Contractor must create and maintain records demonstrating its efforts and the success of its efforts. The Contractor must provide a report on the progress and success of its small and disadvantaged local business subcontracting plan to the City Engineer as a condition precedent to final payment and release of retainage. The project will neither be deemed substantially complete nor be accepted for final payment until the Contractor submits a report on the progress and success of its small and disadvantaged local business subcontracting plan. Provided, however, on emergency projects, the public construction contractor may be permitted to submit its small and disadvantaged local business subcontracting plan after the issuance of the notice to proceed. 24.

Substantial Completion: A project is considered substantially complete when the following items have been performed. A. The work and/or designated phases of construction as identified in the Contract Documents is functionally complete and can be fully utilized for the intended purpose including any field changes, substitutions, change orders, amendments, and agreement of quantities approved in accordance with Standard Specification section 108.03. B. A Substantial Completion Walk-through has been performed and a list of incomplete or defective work has been identified, itemized and included on the punch list and a value has been identified for each punch list item. C. For building projects, a Certificate of Occupancy has been issued by the City of Oklahoma City on the project. However, at no time shall a Certificate of Occupancy be construed as substantial completion or that a phase of the project is considered useable by the City. D. Prior to final acceptance and release of retainage by the awarding public agency, the Contractor shall deliver to the City through the consulting Architect/Engineer three copies of a neatly bound Operations and Maintenance manual organized in a manner corresponding to the division within the Standard Specification and containing the following information: (1) A final walk-through has been performed verifying all items are complete. (2) A directory containing the firm name of each subcontractor and material supplier on the project, subcontractor’s and material suppliers address, telephone number, and representative to contact for repair and/or maintenance. (3) A copy of the Architect/Engineer’s color and finish schedule with any subsequent revisions duly noted. Information must include project manufacturer's name, style name and product number, for all paints, flooring and other finish products used on the project.

City Standard 10/16/13

SP 10 5/28/2014 7:18 AM

p. 30

City of Oklahoma City and its Trusts

(4)

25.

Bid MB-1181

Guarantees, warranties and/or operating instructions for materials, equipment, or installations as required by other divisions of the Standard Specification.

Construction Stakes and Survey. The City Engineer shall furnish the Contractor with permanent horizontal and vertical alignment points for field control throughout the Project limits. Permanent benchmarks shall be provided within two hundred (200) feet of the beginning and end of the Work. All other horizontal or vertical controls not specifically noted, but required for proper completion of the Work, shall be provided by the Contractor. The Contractor shall furnish staking unless otherwise provided in the Special Provisions. If there is not a Bid line item for payment on Construction Stakes and Surveying, paragraphs 25. H., 25. I., and 25.J. are not applicable. A.

Construction staking shall consist of furnishing, placing and maintaining construction stakes or marks as necessary to establish lines and grades required for completion of the Work.

B.

Field control shall be provided by the City Engineer prior to the Work commencing. The Contractor shall exercise care in the preservation of previously placed stakes and bench marks and shall have them reset at the Contractor’s expense when damaged, lost, displaced or removed. Bridge centerline, horizontal, and vertical control shall be set by the City Engineer.

C.

The Contractor shall use personnel and equipment suitable for all construction staking required. The Contractor shall provide all necessary stakes such as: offset, reference point, slope, pavement, curb line and grading stakes. Stakes for bridges, sewers, water lines, drainage facilities, gutter line, culverts, and other structures shall be provided to ensure correct layout of the Work. Stakes for line and grade shall be adequate to maintain the required tolerances for the Work. The station number and distance from the centerline of construction shall be marked on all grade stakes.

D.

When grading quantities are to be paid by field measure, the Contractor shall furnish both original and final cross section field notes. Field notes shall be the basis of partial payments for work completed. Final field measured quantities shall be paid according to survey field notes. Where discrepancies occur, the decision of the City Engineer is final.

E.

The Contractor shall furnish the original survey records to the City Engineer for permanent files. These records shall be furnished as completed during the progress of the Work. Records shall be maintained in permanently bound field books and/or level books and formatted in a manner commonly accepted by the surveying profession or digital files acceptable to the City Engineer.

City Standard 10/16/13

SP 11 5/28/2014 7:18 AM

p. 31

City of Oklahoma City and its Trusts

Bid MB-1181

F.

The Contractor shall, upon request by the City Engineer, provide daily survey notes and cut sheets to assist the City Engineer in checking correctness of the construction staking. When significant errors occur, the Contractor shall re-survey to the satisfaction of the City Engineer. The Contractor shall provide, at the Contractor’s expense, proper and safe access for checking the construction staking. Any inspection or verification by the City Engineer shall not relieve the Contractor of responsibility for the correctness of the total Work to be performed.

G.

The Contractor shall notify the City Engineer when plan errors require deviations from the specified elevations or horizontal locations.

H.

Measurement for construction staking shall be based on estimated Work completed.

I.

Payment for construction staking shall be lump sum, which shall be full compensation for furnishing all materials, equipment, labor and incidentals necessary to complete the work as specified.

J.

Partial payments for lump sum Contracts shall follow the schedule below: 25% of lump sum 50% of lump sum

on first estimate on 10 percent complete Work and Original Survey Record submitted to date 75% of lump sum on 50 percent complete Work and Original Survey Record submitted to date 95% of lump sum on 75 percent complete Work and Original Survey Record submitted to date 100 percent when all field books and records are furnished to the City Engineer

A copy of the City’s Best Management Practices Manual can be downloaded at http://www.okc.gov/pw/storm.html or a copy can be picked up at the City of Oklahoma City’s City Clerk's Office, 200 N. Walker, 2nd Floor, Oklahoma City, Oklahoma 73102. As a part of this project the contractor will be required to submit a completed Notice of Intent (NOI), a Storm Water Pollution Prevention Plan (SWPPP) and an Erosion Control Site Plan for permitting purposes. The Contractor shall be required to follow the plans as submitted and approved at all times during construction of the project. Along with the above stated items the Contractor shall also provide a check payable to the City of Oklahoma City in an amount required by this project. This permit must be issued before the Contractor will be allowed to obtain the building/construction permit. Permits issued may be renewed annually upon filing of a renewal application and payment of permit fee, provided that the applicant’s activity, and the location where it is carried on are the same as originally permitted. In addition, the application for renewal shall be subject to all the requirements pertaining to original permit. (Oklahoma City Municipal Code 48-33)

City Standard 10/16/13

SP 12 5/28/2014 7:18 AM

p. 32

City of Oklahoma City and its Trusts

Bid MB-1181

The following note shall be on every plan submitted to the City of Oklahoma City: Construction activities that result in land disturbance of equal to or greater than one (1) acre, or less than one (1) acre if they are part of a larger common plan of development or sale that totals at least one (1) acre must also obtain a permit from ODEQ (form 605-002a) for Storm Water Discharge from Construction Activities. This means that land disturbing of one (1) acre or more must permit with ODEQ and the City of Oklahoma City, Storm Water Quality.

City Standard 10/16/13

SP 13 5/28/2014 7:18 AM

p. 33

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 34

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 00 0110 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS SPECIFICATIONS DIVISION 01 -- GENERAL REQUIREMENTS .

01 1000 - Summary 01 2000 - Price and Payment Procedures 01 2300 - Alternates 01 3000 - Administrative Requirements 01 4000 - Quality Requirements 01 5000 - Temporary Facilities and Controls 01 6000 - Product Requirements 01 7000 - Execution and Closeout Requirements 01 7800 - Closeout Submittals 01 7900 - Demonstration and Training

DIVISION 02 – EXISTING CONDITIONS 02 4100 – Demolition DIVISION 05 – METALS 05 5213 – Pipe and Tube Railings DIVISION 07 -- THERMAL AND MOISTURE PROTECTION 07 8400 - Firestopping DIVISION 09 -- FINISHES 09 9000 - Painting and Coating DIVISION 11 -- EQUIPMENT 11 6310 – LED Displays and Controllers ALL ELECTRICAL SPECIFICATIONS ARE SHOWN ON THE ELECTRICAL DRAWING E1.3. END OF TABLE OF CONTENTS

TABLE OF CONTENTS 5/28/2014 7:18 AM

00 0110 p. 35

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 1000 SUMMARY PART 1 GENERAL 1.01 PROJECT A.

Project Name: Project MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage,.

B.

Owner's Name: The City of Oklahoma City.

C.

Architect's Name: Studio Architecture, PC..

D.

The Project consists of the construction of Design/Build installation of digital LED signage dipplays in the Chesapeake Enery Arena and provide primary and secondary electrical service for a complete operating system that allows individual control of displaying different content simutaneously.

1.02 CONTRACT DESCRIPTION A.

Contract Type: A single prime contract based on a Stipulated Price as described in the City of Oklahoma City's front end documents.

1.03 DESCRIPTION OF ALTERATIONS WORK A.

Scope of alterations work is shown on drawings.

B.

Electrical Power and Lighting: Alter existing system and add new construction, keeping existing in operation.

C.

Fire Suppression Sprinklers: Alter existing system and add new construction, keeping existing in operation.

D.

Fire Alarm: Alter existing system and add new construction, keeping existing in operation.

E.

Telephone: Alter existing system and add new construction, keeping existing in operation.

1.04 WORK BY OWNER A.

Owner has awarded a contract for electronic control of individual LED Signage to allow displaying of different content simutaneously which will commence concurrent with construction, Design/Build Contractor to coordinate.

B.

Owner will supply and install the following: 1. Contoller for LED signage.

1.05 OWNER OCCUPANCY A.

Owner intends to continue to occupy adjacent portions of the existing building during the entire construction period.

B.

Owner intends to occupy the Project upon Substantial Completion.

C.

Owner intends to occupy a certain portion of the Project prior to the completion date for the conduct of normal operations.

D.

Cooperate with Owner to minimize conflict and to facilitate Owner's operations.

E.

Schedule the Work to accommodate Owner occupancy.

1.06 CONTRACTOR USE OF SITE AND PREMISES A.

Construction Operations: Limited to areas shown on the drawings, Work will have to cease at 3:00 pm and jobsite clean on event days so areas can be occupied..

B.

Arrange use of site and premises to allow: 1. Owner occupancy. 2. Work by Others. 3. Use of site and premises by the public.

C.

Provide access to and from site as required by law and by Owner:

SUMMARY 5/28/2014 7:18 AM

01 1000 p. 36

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 1.

2.

Bid MB-1181

5/14/2014

Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. Do not obstruct roadways, sidewalks, or other public ways without permit.

D.

Time Restrictions: 1. Limit conduct of especially noisy interior work to after business hours.

E.

Utility Outages and Shutdown: 1. Limit disruption of utility services to hours the building is unoccupied. 2. Do not disrupt or shut down life safety systems, including but not limited to fire sprinklers and fire alarm system, without 7 days notice to Owner and authorities having jurisdiction. 3. Prevent accidental disruption of utility services to other facilities.

1.07 WORK SEQUENCE A.

Coordinate construction schedule and operations with Owner.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

SUMMARY 5/28/2014 7:18 AM

01 1000 p. 37

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 2000 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A.

Procedures for preparation and submittal of applications for progress payments.

B.

Documentation of changes in Contract Price and Contract Time.

C.

Procedures for preparation and submittal of application for final payment.

1.02 SCHEDULE OF VALUES A.

Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval.

B.

Forms filled out by hand will not be accepted.

C.

Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement.

D.

Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify site mobilization.

E.

Include separately from each line item, a direct proportional amount of Contractor's overhead and profit.

F.

Revise schedule to list approved Change Orders, with each Application For Payment.

1.03 APPLICATIONS FOR PROGRESS PAYMENTS A.

Payment Period: Submit at intervals stipulated in the Agreement.

B.

Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval.

C.

Forms filled out by hand will not be accepted.

D.

For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values. 4. Previous Applications. 5. Work in Place and Stored Materials under this Application. 6. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. 8. Percentage of Completion. 9. Balance to Finish. 10. Retainage.

E.

Execute certification by signature of authorized officer.

F.

List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work.

G.

Submit three copies of each Application for Payment.

H.

Include the following with the application: 1. Transmittal letter as specified for Submittals in Section 01 3000. 2. Construction progress schedule, revised and current as specified in Section 01 3000. 3. Project record documents as specified in Section 01 7800, for review by Owner which will be returned to the Contractor. 4. Affidavits attesting to off-site stored products.

PRICE AND PAYMENT PROCEDURES 5/28/2014 7:18 AM

01 2000 p. 38

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 I.

Bid MB-1181

5/14/2014

When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description.

1.04 MODIFICATION PROCEDURES A.

Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or subcontractors of changes to the Contract Documents.

B.

For minor changes not involving an adjustment to the Contract Price or Contract Time, Architect will issue instructions directly to Contractor.

C.

For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Price or Contract Time. 2. Promptly execute the change.

D.

For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 10 days.

E.

Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract.

F.

Substantiation of Costs: Provide full information required for evaluation. 1. On request, provide following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract.

G.

Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract.

H.

After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price.

I.

Promptly revise progress schedules to reflect any change in Contract Time, revise sub-schedules to adjust times for other items of work affected by the change, and resubmit.

1.05 APPLICATION FOR FINAL PAYMENT A.

Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Price, previous payments, and sum remaining due.

B.

Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7000.

PRICE AND PAYMENT PROCEDURES 5/28/2014 7:18 AM

01 2000 p. 39

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

PRICE AND PAYMENT PROCEDURES 5/28/2014 7:18 AM

01 2000 p. 40

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 2300 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A.

Description of alternates.

1.02 ACCEPTANCE OF ALTERNATES A.

Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted alternates will be identified in the Owner-Contractor Agreement.

B.

Coordinate related work and modify surrounding work to integrate the Work of each alternate.

1.03 SCHEDULE OF ALTERNATES A.

Alternate No. 1 - Install (4) locations LED displays at ADA platforms, Sections 102-103, 108-109, 112-113, and 118-119, minimum dimensions 36' (11040mm) x 2.3' (720mm).

B.

Alternate No. 2 - Install (2) locations LED Displays along sidelines ADA Platforms, Sections 105 and 116. Minimum size 22' (6960mm) x2.3' (720mm).

C.

Alternate No. 3 - Install (4) locations LED displays at event level vomitory, Sections 102, 108, 112 and 118. Minimum dimensions 16' (4800mm) x 3' (960mm).

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

ALTERNATES 5/28/2014 7:18 AM

01 2300 p. 41

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Preconstruction meeting.

B.

Site mobilization meeting.

C.

Progress meetings.

D.

Construction progress schedule.

E.

Submittals for review, information, and project closeout.

F.

Number of copies of submittals.

G.

Submittal procedures.

1.02 RELATED REQUIREMENTS A.

Section 01 1000 - Summary:

occupancy, .

B.

Section 01 7000 - Execution and Closeout Requirements: Additional coordination requirements.

C.

Section 01 7800 - Closeout Submittals: Project record documents.

1.03 PROJECT COORDINATION A.

Project Coordinator: General Contractor.

B.

Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for access, traffic, and parking facilities.

C.

During construction, coordinate use of site and facilities through the Project Coordinator.

D.

Comply with Project Coordinator's procedures for intra-project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts.

E.

Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities.

F.

Coordinate field engineering and layout work under instructions of the Project Coordinator.

G.

Make the following types of submittals to Architect through the Project Coordinator: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A.

Owner will schedule a meeting after Notice of Award.

B.

Attendance Required: 1. Owner. 2. Architect. 3. Contractor. 4. Thunder Represenative.

ADMINISTRATIVE REQUIREMENTS 5/28/2014 7:18 AM

01 3000 p. 42

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

C.

Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling.

D.

Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made.

3.02 SITE MOBILIZATION MEETING A.

Architect will schedule a meeting at the Project site prior to Contractor occupancy.

B.

Attendance Required: 1. Contractor. 2. Owner. 3. Architect. 4. Contractor's Superintendent. 5. Major Subcontractors. 6. Thunder Represenative.

C.

Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements . 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Security and housekeeping procedures. 6. Schedules. 7. Application for payment procedures. 8. Procedures for testing. 9. Procedures for maintaining record documents. 10. Requirements for start-up of equipment. 11. Inspection and acceptance of equipment put into service during construction period.

D.

Record minutes and distribute copies within five days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made.

3.03 PROGRESS MEETINGS A.

Schedule and administer meetings throughout progress of the Work at maximum weekly intervals.

B.

Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings.

C.

Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect, as appropriate to agenda topics for each meeting.

D.

Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules.

ADMINISTRATIVE REQUIREMENTS 5/28/2014 7:18 AM

01 3000 p. 43

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 9. 10. 11. 12. 13. E.

Bid MB-1181

5/14/2014

Planned progress during succeeding work period. Coordination of projected progress. Maintenance of quality and work standards. Effect of proposed changes on progress schedule and coordination. Other business relating to Work.

Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made.

3.04 CONSTRUCTION PROGRESS SCHEDULE A.

Within 10 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work.

3.05 SUBMITTALS FOR REVIEW A.

When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification.

B.

Submit to Architect for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents.

C.

Samples will be reviewed only for aesthetic, color, or finish selection.

D.

After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800 - CLOSEOUT SUBMITTALS.

3.06 SUBMITTALS FOR INFORMATION A.

When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated.

B.

Submit for Architect's knowledge as contract administrator or for Owner. No action will be taken.

3.07 SUBMITTALS FOR PROJECT CLOSEOUT A.

When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated.

B.

Submit for Owner's benefit during and after project completion.

3.08 NUMBER OF COPIES OF SUBMITTALS A.

Documents for Review: 1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches: Submit the number of copies that Contractor requires, plus two copies that will be retained by Architect. 2. Larger Sheets, Not Larger Than 36 x 48 inches: Submit the number of opaque reproductions that Contractor requires, plus two copies that will be retained by Architect.

B.

Documents for Information: Submit two copies.

ADMINISTRATIVE REQUIREMENTS 5/28/2014 7:18 AM

01 3000 p. 44

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

C.

Extra Copies at Project Closeout: See Section 01 7800.

D.

Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated.

3.09 SUBMITTAL PROCEDURES A.

Transmit each submittal with approved form.

B.

Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix.

C.

Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy.

D.

Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents.

E.

Deliver submittals to Architect at business address.

F.

Schedule submittals to expedite the Project, and coordinate submission of related items.

G.

For each submittal for review, allow 15 days excluding delivery time to and from the Contractor.

H.

Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work.

I.

Provide space for Contractor and Architect review stamps.

J.

When revised for resubmission, identify all changes made since previous submission.

K.

Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements.

L.

Submittals not requested will not be recognized or processed. END OF SECTION

ADMINISTRATIVE REQUIREMENTS 5/28/2014 7:18 AM

01 3000 p. 45

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 4000 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.

References and standards.

B.

Quality assurance submittals.

C.

Mock-ups.

D.

Control of installation.

E.

Tolerances.

F.

Testing and inspection services.

G.

Manufacturers' field services.

1.02 RELATED REQUIREMENTS A.

Section 01 3000 - Administrative Requirements: Submittal procedures.

B.

Section 01 6000 - Product Requirements: Requirements for material and product quality.

1.03 REFERENCE STANDARDS A.

ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants; 2008.

B.

ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2011c.

C.

ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2012.

D.

ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2012a.

E.

ASTM E329 - Standard Specification for Agencies Engaged Construction Inspection and/or Testing; 2011.

F.

ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2009.

G.

IAS AC89 - Accreditation Criteria for Testing Laboratories; 2010.

1.04 SUBMITTALS A.

Test Reports: After each test/inspection, promptly submit two copies of report to Architect and to Contractor. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Conformance with Contract Documents. k. When requested by Architect, provide interpretation of results.

B.

Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, in quantities specified for Product Data.

QUALITY REQUIREMENTS 5/28/2014 7:18 AM

01 4000 p. 46

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 1.

Bid MB-1181

5/14/2014

Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate.

C.

Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation.

D.

Manufacturer's Field Reports: Submit reports for Architect's benefit as contract administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents.

E.

Erection Drawings: Submit drawings for Architect's benefit as contract administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents.

1.05 REFERENCES AND STANDARDS 1.06 TESTING AND INSPECTION AGENCIES A.

Owner will employ and pay for services of an independent testing agency to perform other specified testing.

B.

As indicated in individual specification sections, Owner or Contractor shall employ and pay for services of an independent testing agency to perform other specified testing.

C.

Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents.

D.

Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, and ASTM C1093. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 3. Laboratory Qualifications: Accredited by IAS according to IAS AC89. 4. Laboratory: Authorized to operate in Oklahoma. 5. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. 6. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST established Measurement Assurance Program, under a laboratory measurement quality assurance program.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A.

Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality.

B.

Comply with manufacturers' instructions, including each step in sequence.

C.

Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding.

D.

Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

E.

Have Work performed by persons qualified to produce required and specified quality.

F.

Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer.

G.

Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement.

QUALITY REQUIREMENTS 5/28/2014 7:18 AM

01 4000 p. 47

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

3.02 MOCK-UPS A.

Tests will be performed under provisions identified in this section and identified in the respective product specification sections.

B.

Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes.

C.

Accepted mock-ups shall be a comparison standard for the remaining Work.

D.

Where mock-up has been accepted by Architect and is specified in product specification sections to be removed, remove mock-up and clear area when directed to do so.

3.03 TOLERANCES A.

Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate.

B.

Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding.

C.

Adjust products to appropriate dimensions; position before securing products in place.

3.04 TESTING AND INSPECTION A.

See individual specification sections for testing required.

B.

Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 2. Perform specified sampling and testing of products in accordance with specified standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products. 5. Perform additional tests and inspections required by Architect. 6. Submit reports of all tests/inspections specified.

C.

Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work.

D.

Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements.

QUALITY REQUIREMENTS 5/28/2014 7:18 AM

01 4000 p. 48

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

E.

Re-testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect.

F.

Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor.

3.05 MANUFACTURERS' FIELD SERVICES A.

When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary.

B.

Submit qualifications of observer to Architect 30 days in advance of required observations. 1. Observer subject to approval of Architect.

C.

Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions.

3.06 DEFECT ASSESSMENT A.

Replace Work or portions of the Work not conforming to specified requirements.

B.

If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct an appropriate remedy or adjust payment. END OF SECTION

QUALITY REQUIREMENTS 5/28/2014 7:18 AM

01 4000 p. 49

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Temporary utilities.

B.

Temporary telecommunications services.

C.

Temporary sanitary facilities.

D.

Temporary Controls: Barriers, enclosures, and fencing.

E.

Security requirements.

F.

Vehicular access and parking.

G.

Waste removal facilities and services.

H.

Project identification sign.

I.

Field offices.

1.02 TEMPORARY UTILITIES - SEE SECTION 01 5100 A.

Owner will provide the following: 1. Electrical power and metering, consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities.

1.03 TELECOMMUNICATIONS SERVICES A.

Provide, maintain, and pay for telecommunications services to field office at time of project mobilization.

B.

Telecommunications services shall include: 1. Windows-based personal computer dedicated to project telecommunications, with necessary software and laser printer. 2. Internet Connections: Minimum of one; DSL modem or faster. 3. Phone Line. 4. Email: Account/address reserved for project use.

1.04 TEMPORARY SANITARY FACILITIES A.

Provide and maintain required facilities and enclosures. Provide at time of project mobilization.

B.

Maintain daily in clean and sanitary condition.

1.05 BARRIERS A.

Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations .

B.

Provide barricades and covered walkways required by governing authorities for public rights-of-way .

C.

Protect non-owned vehicular traffic, stored materials, site, and structures from damage.

1.06 INTERIOR ENCLOSURES A.

Provide temporary partitions and ceilings as indicated to separate work areas from Owner-occupied areas, to prevent penetration of dust and moisture into Owner-occupied areas, and to prevent damage to existing materials and equipment.

B.

Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at intersections with existing surfaces:

C.

Paint surfaces exposed to view from Owner-occupied areas.

TEMPORARY FACILITIES AND CONTROLS 5/28/2014 7:18 AM

01 5000 p. 50

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

1.07 SECURITY A.

Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft.

1.08 VEHICULAR ACCESS AND PARKING A.

Coordinate access and haul routes with governing authorities and Owner.

B.

Provide and maintain access to fire hydrants, free of obstructions.

C.

Provide means of removing mud from vehicle wheels before entering streets.

D.

Designated existing on-site roads may be used for construction traffic.

E.

Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking.

F.

Provide one parking space for Owner use.

G.

Provide one parking space for Architect use.

1.09 WASTE REMOVAL A.

Provide waste removal facilities and services as required to maintain the site in clean and orderly condition.

B.

Provide containers with lids. Remove trash from site periodically.

C.

If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction.

D.

Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids.

1.10 PROJECT IDENTIFICATION A.

Provide project identification sign of design, construction, and location approved by Owner.

B.

No other signs are allowed without Owner permission except those required by law.

1.11 FIELD OFFICES A.

Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with sturdy furniture, drawing rack and drawing display table.

B.

Provide space for Project meetings, with table and chairs to accommodate 6 persons.

C.

Locate offices a minimum distance of 30 feet from existing and new structures.

1.12 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A.

Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection.

B.

Clean and repair damage caused by installation or use of temporary work.

C.

Restore existing facilities used during construction to original condition.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

TEMPORARY FACILITIES AND CONTROLS 5/28/2014 7:18 AM

01 5000 p. 51

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.

General product requirements.

B.

Transportation, handling, storage and protection.

C.

Product option requirements.

D.

Substitution limitations and procedures.

E.

Maintenance materials, including extra materials, spare parts, tools, and software.

1.02 SUBMITTALS A.

Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project.

B.

Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances.

C.

Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns.

PART 2 PRODUCTS 2.01 NEW PRODUCTS A.

Provide new products unless specifically required or permitted by the Contract Documents.

B.

Do not use products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Made of wood from newly cut old growth timber.

C.

Where all other criteria are met, Contractor shall give preference to products that: 1. Are extracted, harvested, and/or manufactured closer to the location of the project.

2.02 PRODUCT OPTIONS A.

Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description.

B.

Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed.

C.

Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named.

2.03 MAINTENANCE MATERIALS A.

Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections.

B.

Deliver to Project site; obtain receipt prior to final payment.

PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A.

Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section.

B.

Document each request with complete data substantiating compliance of proposed substitution with Contract Documents.

PRODUCT REQUIREMENTS 5/28/2014 7:18 AM

01 6000 p. 52

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

C.

A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent.

D.

Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request.

3.02 TRANSPORTATION AND HANDLING A.

Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials.

B.

Transport and handle products in accordance with manufacturer's instructions.

C.

Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas.

D.

Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged.

E.

Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage.

F.

Arrange for the return of packing materials, such as wood pallets, where economically feasible.

3.03 STORAGE AND PROTECTION A.

Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication.

B.

Store and protect products in accordance with manufacturers' instructions.

C.

Store with seals and labels intact and legible.

D.

Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product.

E.

For exterior storage of fabricated products, place on sloped supports above ground.

F.

Provide bonded off-site storage and protection when site does not permit on-site storage or protection.

G.

Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products.

H.

Prevent contact with material that may cause corrosion, discoloration, or staining.

I.

Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage.

J.

Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION

PRODUCT REQUIREMENTS 5/28/2014 7:18 AM

01 6000 p. 53

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Examination, preparation, and general installation procedures.

B.

Requirements for alterations work, except removal, disposal, and/or remediation of hazardous materials and toxic substances.

C.

Pre-installation meetings.

D.

Cutting and patching.

E.

Surveying for laying out the work.

F.

Cleaning and protection.

G.

Starting of systems and equipment.

H.

Demonstration and instruction of Owner personnel.

I.

Closeout procedures, except payment procedures.

J.

General requirements for maintenance service.

1.02 RELATED REQUIREMENTS A.

Section 01 1000 - Summary: Limitations on working in existing building; continued occupancy; work sequence; identification of salvaged and relocated materials.

B.

Section 01 3000 - Administrative Requirements: Submittals procedures.

C.

Section 01 4000 - Quality Requirements: Testing and inspection procedures.

D.

Section 01 5000 - Temporary Facilities and Controls: Temporary interior partitions.

E.

Section 07 8400 - Firestopping.

1.03 REFERENCE STANDARDS A.

NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009.

1.04 SUBMITTALS A.

See Section 01 3000 - Administrative Requirements, for submittal procedures.

B.

Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Alternatives to cutting and patching. f. Effect on work of Owner or separate Contractor. g. Written permission of affected separate Contractor. h. Date and time work will be executed.

C.

Project Record Documents: Accurately record actual locations of capped and active utilities.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 54

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

1.05 QUALIFICATIONS A.

For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in Oklahoma.

B.

For design of temporary shoring and bracing, employ a Professional Engineer experienced in design of this type of work and licensed in Oklahoma.

1.06 PROJECT CONDITIONS A.

Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases.

B.

Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. 1. Provide dust-proof barriers between construction areas and areas continuing to be occupied by Owner.

C.

Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. Indoors: Limit conduct of especially noisy interior work to the hours of 6 pm to 7 am.

1.07 COORDINATION A.

See Section 01 1000 for occupancy-related requirements.

B.

Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later.

C.

Notify affected utility companies and comply with their requirements.

D.

Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment.

E.

Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs.

F.

In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements.

G.

Coordinate completion and clean-up of work of separate sections.

H.

After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities.

PART 2 PRODUCTS 2.01 PATCHING MATERIALS A.

New Materials: As specified in product sections; match existing products and work for patching and extending work.

B.

Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard.

C.

Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 6000.

PART 3 EXECUTION 3.01 EXAMINATION A.

Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 55

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

B.

Verify that existing substrate is capable of structural support or attachment of new work being applied or attached.

C.

Examine and verify specific conditions described in individual specification sections.

D.

Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication.

E.

Verify that utility services are available, of the correct characteristics, and in the correct locations.

F.

Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions.

3.02 PREPARATION A.

Clean substrate surfaces prior to applying next material or substance.

B.

Seal cracks or openings of substrate prior to applying next material or substance.

C.

Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond.

3.03 PREINSTALLATION MEETINGS A.

When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section.

B.

Require attendance of parties directly affecting, or affected by, work of the specific section.

C.

Notify Architect four days in advance of meeting date.

D.

Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work.

E.

Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made.

3.04 LAYING OUT THE WORK A.

Verify locations of survey control points prior to starting work.

B.

Promptly notify Architect of any discrepancies discovered.

C.

Protect survey control points prior to starting site work; preserve permanent reference points during construction.

D.

Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons.

E.

Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect.

F.

Utilize recognized engineering survey practices.

G.

Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations; and ________. 2. Grid or axis for structures. 3. Building foundation, column locations, ground floor elevations, and ________.

H.

Periodically verify layouts by same means.

I.

Maintain a complete and accurate log of control and survey work as it progresses.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 56

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

3.05 GENERAL INSTALLATION REQUIREMENTS A.

In addition to compliance with regulatory requirements, conduct construction operations in compliance with NFPA 241, including applicable recommendations in Appendix A.

B.

Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement.

C.

Make vertical elements plumb and horizontal elements level, unless otherwise indicated.

D.

Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated.

E.

Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated.

F.

Make neat transitions between different surfaces, maintaining texture and appearance.

3.06 ALTERATIONS A.

Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions.

B.

Keep areas in which alterations are being conducted separated from other areas that are still occupied. 1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 5000 in locations indicated on drawings. 2. Provide sound retardant partitions of construction indicated on drawings in locations indicated on drawings.

C.

Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove, relocate, and extend existing systems to accommodate new construction. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components; if necessary, modify installation to allow access or provide access panel. 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back into operational condition; repair supply, distribution, and equipment as required. 3. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. a. Disable existing systems only to make switchovers and connections; minimize duration of outages. b. Provide temporary connections as required to maintain existing systems in service. 4. Verify that abandoned services serve only abandoned facilities. 5. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification; patch holes left by removal using materials specified for new construction.

D.

Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work.

E.

Adapt existing work to fit new work: Make as neat and smooth transition as possible. 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 57

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

F.

Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish.

G.

Refinish existing surfaces as indicated: 1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material, with a neat transition to adjacent finishes. 2. If mechanical or electrical work is exposed accidentally during the work, re-cover and refinish to match.

H.

Clean existing systems and equipment.

I.

Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not burn or bury.

J.

Do not begin new construction in alterations areas before demolition is complete.

K.

Comply with all other applicable requirements of this section.

3.07 CUTTING AND PATCHING A.

Whenever possible, execute the work by methods that avoid cutting or patching.

B.

See Alterations article above for additional requirements.

C.

Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non-conforming work.

D.

Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition.

E.

Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces.

F.

Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval.

G.

Restore work with new products in accordance with requirements of Contract Documents.

H.

Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.

I.

At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 8400, to full thickness of the penetrated element.

J.

Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 58

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

3.08 PROGRESS CLEANING A.

Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition.

B.

Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space.

C.

Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust.

D.

Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury.

3.09 PROTECTION OF INSTALLED WORK A.

Protect installed work from damage by construction operations.

B.

Provide special protection where specified in individual specification sections.

C.

Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage.

D.

Provide protective coverings at walls, projections, jambs, sills, and soffits of openings.

E.

Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials.

F.

Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer.

G.

Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible.

3.10 SYSTEM STARTUP A.

Coordinate schedule for start-up of various equipment and systems.

B.

Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage.

C.

Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer.

D.

Verify that wiring and support components for equipment are complete and tested.

E.

Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions.

F.

When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation.

G.

Submit a written report that equipment or system has been properly installed and is functioning correctly.

3.11 DEMONSTRATION AND INSTRUCTION A.

See Section 01 7900 - Demonstration and Training.

3.12 ADJUSTING A.

Adjust operating products and equipment to ensure smooth and unhindered operation.

B.

Testing, adjusting, and balancing HVAC systems: See Section 23 0593.

3.13 FINAL CLEANING A.

Use cleaning materials that are nonhazardous.

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 59

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

B.

Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.

C.

Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment.

D.

Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned.

E.

Clean filters of operating equipment.

F.

Clean debris from roofs, gutters, downspouts, and drainage systems.

G.

Clean site; sweep paved areas, rake clean landscaped surfaces.

H.

Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury.

3.14 CLOSEOUT PROCEDURES A.

Make submittals that are required by governing or other authorities. 1. Provide copies to Architect.

B.

Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in Contractor's Notice of Substantial Completion.

C.

Notify Architect when work is considered ready for Substantial Completion.

D.

Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's review.

E.

Owner will occupy all of the building as specified in Section 01 1000.

F.

Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner-occupied areas.

G.

Accompany Project Coordinator on preliminary final inspection.

H.

Notify Architect when work is considered finally complete.

I.

Complete items of work determined by Architect's final inspection.

3.15 MAINTENANCE A.

Provide service and maintenance of components indicated in specification sections.

B.

Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer.

C.

Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required.

D.

Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component.

E.

Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION

EXECUTION AND CLOSEOUT REQUIREMENTS 5/28/2014 7:18 AM

01 7000 p. 60

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Project Record Documents.

B.

Operation and Maintenance Data.

C.

Warranties and bonds.

1.02 RELATED REQUIREMENTS A.

Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples.

B.

Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures.

C.

Individual Product Sections: Specific requirements for operation and maintenance data.

D.

Individual Product Sections: Warranties required for specific products or Work.

1.03 SUBMITTALS A.

Project Record Documents: Submit documents to Architect with claim for final Application for Payment.

B.

Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection.

C.

Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A.

Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

B.

Ensure entries are complete and accurate, enabling future reference by Owner.

C.

Store record documents separate from documents used for construction.

D.

Record information concurrent with construction progress.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 61

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

E.

Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications.

F.

Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings.

3.02 OPERATION AND MAINTENANCE DATA A.

For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts.

B.

Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.

C.

Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings.

D.

Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions.

3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A.

For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations.

B.

Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance.

C.

Additional information as specified in individual product specification sections.

3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A.

For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts.

B.

Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed.

C.

Include color coded wiring diagrams as installed.

D.

Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions.

E.

Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.

F.

Provide servicing and lubrication schedule, and list of lubricants required.

G.

Include manufacturer's printed operation and maintenance instructions.

H.

Include sequence of operation by controls manufacturer.

I.

Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

J.

Provide control diagrams by controls manufacturer as installed.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 62

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

K.

Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams.

L.

Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.

M. Include test and balancing reports. N.

Additional Requirements: As specified in individual product specification sections.

3.05 OPERATION AND MAINTENANCE MANUALS A.

Prepare instructions and data by personnel experienced in maintenance and operation of described products.

B.

Prepare data in the form of an instructional manual.

C.

Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual.

D.

Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds.

3.06 WARRANTIES AND BONDS A.

Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined.

B.

Verify that documents are in proper form, contain full information, and are notarized.

C.

Co-execute submittals when required.

D.

Retain warranties and bonds until time specified for submittal.

E.

Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers.

F.

Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal.

G.

Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 63

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 H.

Bid MB-1181

5/14/2014

Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 64

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Project Record Documents.

B.

Operation and Maintenance Data.

C.

Warranties and bonds.

1.02 RELATED REQUIREMENTS A.

Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples.

B.

Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures.

C.

Individual Product Sections: Specific requirements for operation and maintenance data.

D.

Individual Product Sections: Warranties required for specific products or Work.

1.03 SUBMITTALS A.

Project Record Documents: Submit documents to Architect with claim for final Application for Payment.

B.

Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection.

C.

Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A.

Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

B.

Ensure entries are complete and accurate, enabling future reference by Owner.

C.

Store record documents separate from documents used for construction.

D.

Record information concurrent with construction progress.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 65

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

E.

Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications.

F.

Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings.

3.02 OPERATION AND MAINTENANCE DATA A.

For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts.

B.

Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.

C.

Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings.

D.

Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions.

3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A.

For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations.

B.

Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance.

C.

Additional information as specified in individual product specification sections.

3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A.

For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts.

B.

Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed.

C.

Include color coded wiring diagrams as installed.

D.

Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions.

E.

Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.

F.

Provide servicing and lubrication schedule, and list of lubricants required.

G.

Include manufacturer's printed operation and maintenance instructions.

H.

Include sequence of operation by controls manufacturer.

I.

Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

J.

Provide control diagrams by controls manufacturer as installed.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 66

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

K.

Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams.

L.

Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.

M. Include test and balancing reports. N.

Additional Requirements: As specified in individual product specification sections.

3.05 OPERATION AND MAINTENANCE MANUALS A.

Prepare instructions and data by personnel experienced in maintenance and operation of described products.

B.

Prepare data in the form of an instructional manual.

C.

Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual.

D.

Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds.

3.06 WARRANTIES AND BONDS A.

Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined.

B.

Verify that documents are in proper form, contain full information, and are notarized.

C.

Co-execute submittals when required.

D.

Retain warranties and bonds until time specified for submittal.

E.

Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers.

F.

Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal.

G.

Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item.

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 67

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 H.

Bid MB-1181

5/14/2014

Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION

CLOSEOUT SUBMITTALS 5/28/2014 7:18 AM

01 7800 p. 68

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 01 7900 DEMONSTRATION AND TRAINING PART 1 GENERAL 1.01 SUMMARY A.

Demonstration of products and systems where indicated in specific specification sections.

B.

Training of Owner personnel in operation and maintenance is required for: 1. All software-operated systems. 2. HVAC systems and equipment. 3. Electrical systems and equipment. 4. Items specified in individual product Sections.

C.

Training of Owner personnel in care, cleaning, maintenance, and repair is required for: 1. Finishes, including flooring, wall finishes, ceiling finishes. 2. Items specified in individual product Sections.

1.02 RELATED REQUIREMENTS A.

Section 01 7800 - Closeout Submittals: Operation and maintenance manuals.

1.03 SUBMITTALS A.

See Section 01 3000 - Administrative Requirements, for submittal procedures.

B.

Training Plan: Owner will designate personnel to be trained; tailor training to needs and skill-level of attendees. 1. Submit to Architect for transmittal to Owner. 2. Submit not less than four weeks prior to start of training. 3. Revise and resubmit until acceptable. 4. Provide an overall schedule showing all training sessions. 5. Include at least the following for each training session: a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. c. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be provided by Contractor.

C.

Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals. 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data.

D.

Training Reports: 1. Identification of each training session, date, time, and duration. 2. Sign-in sheet showing names and job titles of attendees. 3. List of attendee questions and written answers given, including copies of and references to supporting documentation required for clarification; include answers to questions that could not be answered in original training session.

1.04 QUALITY ASSURANCE A.

Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems.

DEMONSTRATION AND TRAINING 5/28/2014 7:18 AM

01 7900 p. 69

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 1. 2.

Bid MB-1181

5/14/2014

Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications.

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION - GENERAL A.

Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by Owner.

B.

Demonstration may be combined with Owner personnel training if applicable.

C.

Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut-down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 2. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months.

D.

Non-Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than two weeks prior to Substantial Completion.

3.02 TRAINING - GENERAL A.

Conduct training on-site unless otherwise indicated.

B.

Owner will provide classroom and seating at no cost to Contractor.

C.

Provide training in minimum two hour segments.

D.

Training schedule will be subject to availability of Owner's personnel to be trained; re-schedule training sessions as required by Owner; once schedule has been approved by Owner failure to conduct sessions according to schedule will be cause for Owner to charge Contractor for personnel "show-up" time.

E.

Review of Facility Policy on Operation and Maintenance Data: During training discuss: 1. The location of the O&M manuals and procedures for use and preservation; backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information. 3. Typical uses of the O&M manuals.

F.

Product- and System-Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut-down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor.

DEMONSTRATION AND TRAINING 5/28/2014 7:18 AM

01 7900 p. 70

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

11. Review spare parts suppliers and sources and procurement procedures. G.

Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within three days. END OF SECTION

DEMONSTRATION AND TRAINING 5/28/2014 7:18 AM

01 7900 p. 71

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 02 4100 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A.

Selective demolition of built site elements.

B.

Selective demolition of building elements for alteration purposes.

1.02 RELATED REQUIREMENTS A.

Section 01 1000 - Summary: Limitations on Contractor's use of site and premises.

B.

Section 01 1000 - Summary: Sequencing and staging requirements.

C.

Section 01 1000 - Summary: Description of items to be salvaged or removed for re-use by Contractor.

D.

Section 01 5000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal.

E.

Section 01 6000 - Product Requirements: Handling and storage of items removed for salvage and relocation.

F.

Section 01 7000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring.

1.03 REFERENCE STANDARDS A.

29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition.

B.

NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009.

1.04 SUBMITTALS A.

See Section 01 3000 - Administrative Requirements, for submittal procedures.

B.

Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. 3. Include a summary of safety procedures.

1.05 QUALITY ASSURANCE A.

Demolition Firm Qualifications: Company specializing in the type of work required. 1. Minimum of 5 years of documented experience.

PART 2 PRODUCTS PART 3 EXECUTION 3.01 SCOPE A.

Remove portions of existing buildings in the following sequence: 1. Remove existing guardrail in prepartion for new LED Displays and supports.. 2. Provide routing of conduit for electrical power and low voltage work..

B.

Remove other items indicated, for salvage, relocation, recycling, and return to owner.

3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A.

Comply with other requirements specified in Section 01 7000.

B.

Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Comply with applicable requirements of NFPA 241.

DEMOLITION 5/28/2014 7:18 AM

02 4100 p. 72

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 3. 4.

5. 6. 7. 8.

9. C.

Bid MB-1181

5/14/2014

Use of explosives is not permitted. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. Provide, erect, and maintain temporary barriers and security devices. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. Conduct operations to minimize effects on and interference with adjacent structures and occupants. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property.

Do not begin removal until receipt of notification to proceed from Owner.

3.03 SELECTIVE DEMOLITION FOR ALTERATIONS A.

Drawings showing existing construction and utilities are based on casual field observation only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition.

B.

Remove existing work as indicated and as required to accomplish new work. 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2. Remove items indicated on drawings.

C.

Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work.

3.04 DEBRIS AND WASTE REMOVAL A.

Remove debris, junk, and trash from site.

B.

Leave site in clean condition, ready for subsequent work.

C.

Clean up spillage and wind-blown debris from public and private lands. END OF SECTION

DEMOLITION 5/28/2014 7:18 AM

02 4100 p. 73

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 05 5213 PIPE AND TUBE RAILINGS PART 1 GENERAL 1.01 SECTION INCLUDES A.

Guardrails.

1.02 RELATED REQUIREMENTS A.

Section 09 9000 - Painting and Coating: Paint finish.

1.03 REFERENCE STANDARDS A.

ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless; 2012.

B.

ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013.

C.

ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006).

PART 2 PRODUCTS 2.01 RAILINGS - GENERAL REQUIREMENTS A.

Design, fabricate, and test railing assemblies in accordance with the most stringent requirements of ASTM E985 and applicable local code.

B.

Allow for expansion and contraction of members and building movement without damage to connections or members.

C.

Dimensions: Match existing guardrails. 1. Infill: Wire mesh fabric to match existing.

D.

Provide anchors and other components as required to attach to structure, made of same materials as railing components unless otherwise indicated; where exposed fasteners are unavoidable provide flush countersunk fasteners.

E.

Provide slip-on non-weld mechanical fittings to join lengths, seal open ends, and conceal exposed mounting bolts and nuts, including but not limited to elbows, T-shapes, splice connectors, flanges, escutcheons, and wall brackets.

2.02 STEEL RAILING SYSTEM A.

Steel Pipe: ASTM A53/A53M, Grade B Schedule 80, black finish.

B.

Welding Fittings: Factory- or shop-welded from matching pipe or tube; seams continuously welded; joints and seams ground smooth.

C.

Exposed Fasteners: No exposed bolts or screws.

2.03 FABRICATION A.

Accurately form components to suit specific project conditions and for proper connection to building structure.

B.

Fit and shop assemble components in largest practical sizes for delivery to site.

C.

Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation.

D.

Welded Joints: 1. Interior Components: Continuously seal joined pieces by intermittent welds and plastic filler. 2. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius.

PIPE AND TUBE RAILINGS 5/28/2014 7:18 AM

05 5213 p. 74

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

PART 3 EXECUTION 3.01 EXAMINATION A.

Verify that field conditions are acceptable and are ready to receive work.

3.02 PREPARATION A.

Clean and strip primed steel items to bare metal where site welding is required.

B.

Supply items required to be cored into existing concrete with setting templates, for installation as work of other sections.

3.03 INSTALLATION A.

Install components plumb and level, accurately fitted, free from distortion or defects, with tight joints.

B.

Anchor railings securely to structure.

3.04 TOLERANCES A.

Maximum Variation From Plumb: 1/4 inch per floor level, non-cumulative.

B.

Maximum Offset From True Alignment: 1/4 inch.

C.

Maximum Out-of-Position: 1/4 inch. END OF SECTION

PIPE AND TUBE RAILINGS 5/28/2014 7:18 AM

05 5213 p. 75

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 07 8400 FIRESTOPPING PART 1 GENERAL 1.01 SECTION INCLUDES A.

Firestopping systems.

B.

Firestopping of all joints and penetrations in fire-resistance rated and smoke-resistant assemblies, whether indicated on drawings or not, and other openings indicated.

1.02 RELATED REQUIREMENTS A.

Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions.

B.

Section 09 2116 - Gypsum Board Assemblies: Gypsum wallboard fireproofing.

1.03 REFERENCE STANDARDS A.

ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials; 2012.

B.

ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops; 2011a.

C.

ASTM E1966 - Standard Test Method for Fire Resistive Joint Systems; 2007 (Reapproved 2011).

D.

ASTM E2307 - Standard Test Method for Determining Fire Resistance of Perimeter Fire Barriers Using Intermediate-Scale, Multi-story Test Apparatus; 2010.

E.

ASTM E2837 - Standard Test Method for Determining Fire Resistance of Continuity Head-of-Wall Joint Systems Installed Between Rated Wall Assemblies and Nonrated Horizontal Assemblies; 2011.

F.

ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.; current edition.

G.

FM 4991 - Approval of Firestop Contractors; Factory Mutual Research Corporation; 2001.

H.

FM P7825 - Approval Guide; Factory Mutual Research Corporation; current edition.

I.

SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition; www.aqmd.gov.

J.

UL 2079 - Standard for Tests for Fire Resistance of Building Joint Systems; Underwriters Laboratories Inc.; 2004.

K.

UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.

1.04 SUBMITTALS A.

See Section 01 3000 - Administrative Requirements, for submittal procedures.

B.

Product Data: Provide data on product characteristics, performance ratings, and limitations.

C.

Manufacturer's Installation Instructions: Indicate preparation and installation instructions.

D.

Manufacturer's Certificate: Certify that products meet or exceed specified requirements.

E.

Certificate from authority having jurisdiction indicating approval of materials used.

F.

Qualification statements for installing mechanics.

1.05 QUALITY ASSURANCE A.

Fire Testing: Provide firestopping assemblies of designs that provide the scheduled fire ratings when tested in accordance with methods indicated, ASTM E814, and ASTM E119. 1. Listing in the current-year classification or certification books of UL will be considered as constituting an acceptable test report. 2. Valid evaluation report published by ICC Evaluation Service, Inc. (ICC-ES) at www.icc-es.org will be considered as constituting an acceptable test report. 3. Submission of actual test reports is required for assemblies for which none of the above substantiation exists.

FIRESTOPPING 5/28/2014 7:18 AM

07 8400 p. 76

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

B.

Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience.

C.

Installer Qualifications: Company specializing in performing the work of this section and: 1. With minimum 3 years documented experience installing work of this type.

1.06 MOCK-UP A.

Install one firestopping assembly representative of each fire rating design required on project. 1. Where one design may be used for different penetrating items or in different wall constructions, install one assembly for each different combination. 2. Where firestopping is intended to fill a linear opening, install minimum of 1 linear ft.

B.

Obtain approval of authority having jurisdiction before proceeding.

C.

If accepted, mock-up will represent minimum standard for the Work.

D.

If accepted, mock-up may remain as part of the Work. Remove and replace mock-ups not accepted.

1.07 FIELD CONDITIONS A.

Comply with firestopping manufacturer's recommendations for temperature and conditions during and after installation. Maintain minimum temperature before, during, and for 3 days after installation of materials.

B.

Provide ventilation in areas where solvent-cured materials are being installed.

PART 2 PRODUCTS 2.01 FIRESTOPPING - GENERAL REQUIREMENTS A.

Firestopping Materials with Volatile Content: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No.1168.

B.

Primers, Sleeves, Forms, Insulation, Packing, Stuffing, and Accessories: Type required for tested assembly design.

C.

Fire Ratings: See Drawings for required systems and ratings.

2.02 FIRESTOPPING ASSEMBLY REQUIREMENTS A.

Perimeter Fire Containment Firestopping: Use any system that has been tested according to ASTM E2307 to have fire resistance F Rating equal to required fire rating of the floor assembly.

B.

Head-of-Wall Firestopping at Joints Between Non-Rated Floor and Fire-Rated Wall: Use any system that has been tested according to ASTM E2837 to have fire resistance F Rating equal to required fire rating of floor or wall, whichever is greater.

C.

Floor-to-Floor, Wall-to-Wall, and Wall-to-Floor Joints, Except Perimeter, Where Both Are Fire-Rated: Use any system that has been tested according to ASTM E1966 or UL 2079 to have fire resistance F Rating equal to required fire rating of the assembly in which the joint occurs. 1. Listing by UL, FM, or Intertek in their certification directory will be considered evidence of successful testing.

D.

Through Penetration Firestopping: Use any system that has been tested according to ASTM E814 to have fire resistance F Rating equal to required fire rating of penetrated assembly. 1. Listing by UL, FM, or Intertek in their certification directory will be considered evidence of successful testing.

2.03 FIRESTOPPING SYSTEMS A.

Firestopping: Any material meeting requirements. 1. Fire Ratings: Use any system listed by UL or tested in accordance with ASTM E814 that has F Rating equal to fire rating of penetrated assembly and T Rating Equal to F Rating and that meets all other specified requirements.

FIRESTOPPING 5/28/2014 7:18 AM

07 8400 p. 77

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

PART 3 EXECUTION 3.01 EXAMINATION A.

Verify openings are ready to receive the work of this section.

3.02 PREPARATION A.

Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter that could adversely affect bond of firestopping material.

B.

Remove incompatible materials that could adversely affect bond.

C.

Install backing materials to arrest liquid material leakage.

3.03 INSTALLATION A.

Install materials in manner described in fire test report and in accordance with manufacturer's instructions, completely closing openings.

B.

Do not cover installed firestopping until inspected by authority having jurisdiction.

C.

Install labeling required by code.

3.04 CLEANING A.

Clean adjacent surfaces of firestopping materials.

3.05 PROTECTION A.

Protect adjacent surfaces from damage by material installation. END OF SECTION

FIRESTOPPING 5/28/2014 7:18 AM

07 8400 p. 78

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

SECTION 09 9000 PAINTING AND COATING PART 1 GENERAL 1.01 SECTION INCLUDES A.

Surface preparation.

B.

Field application of paints.

C.

Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory-finished and unless otherwise indicated, including the following: 1. Mechanical and Electrical: a. In finished areas, paint all insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, mechanical equipment, and electrical equipment, unless otherwise indicated.

1.02 RELATED REQUIREMENTS 1.03 DEFINITIONS A.

Conform to ASTM D16 for interpretation of terms used in this section.

1.04 REFERENCE STANDARDS A.

40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition.

B.

ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2012.

1.05 SUBMITTALS A.

See Section 01 3000 - Administrative Requirements, for submittal procedures.

B.

Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category (e.g. "alkyd enamel"). 2. MPI product number (e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system. 4. Manufacturer's installation instructions. 5. If proposal of substitutions is allowed under submittal procedures, explanation of all substitutions proposed.

C.

Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 2. Where sheen is not specified, discuss sheen options with Architect before preparing samples, to eliminate sheens definitely not required. 3. Paint color submittals will not be considered until color submittals for major materials not to be painted, such as masonry, have been approved.

D.

Certification: By manufacturer that all paints and coatings comply with VOC limits specified.

E.

Manufacturer's Instructions: Indicate special surface preparation procedures.

F.

Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces.

G.

Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label.

PAINTING AND COATING 5/28/2014 7:18 AM

09 9000 p. 79

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

1.06 QUALITY ASSURANCE A.

Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience.

B.

Applicator Qualifications: Company specializing in performing the type of work specified with minimum three years experience.

1.07 DELIVERY, STORAGE, AND HANDLING A.

Deliver products to site in sealed and labeled containers; inspect to verify acceptability.

B.

Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing.

C.

Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions.

1.08 FIELD CONDITIONS A.

Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer.

B.

Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations.

C.

Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer.

D.

Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for exterior; unless required otherwise by manufacturer's instructions.

E.

Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or exterior, unless required otherwise by manufacturer's instructions.

F.

Provide lighting level of 80 ft candles measured mid-height at substrate surface.

PART 2 PRODUCTS 2.01 MANUFACTURERS A.

Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions.

B.

Provide all paint and coating products from the same manufacturer to the greatest extent possible. 1. In the event that a single manufacturer cannot provide all specified products, minor exceptions will be permitted provided approval by Architect is obtained using the specified procedures for substitutions. 2. Substitution of MPI-approved products by a different manufacturer is preferred over substitution of unapproved products by the same manufacturer.

C.

Paints: 1. Glidden Professional: www.gliddenprofessional.com. 2. Benjamin Moore & Co: www.benjaminmoore.com. 3. PPG Architectural Finishes, Inc: www.ppgaf.com. 4. Pratt & Lambert Paints: www.prattandlambert.com. 5. Sherwin-Williams Company: www.sherwin-williams.com.

D.

Substitutions: See Section 01 6000 - Product Requirements.

2.02 PAINTS AND COATINGS - GENERAL A.

Paints and Coatings: Ready mixed, unless intended to be a field-catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags.

PAINTING AND COATING 5/28/2014 7:18 AM

09 9000 p. 80

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181 2.

3. 4.

Bid MB-1181

5/14/2014

Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. Supply each coating material in quantity required to complete entire project's work from a single production run. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions.

B.

Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer.

C.

Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for Architectural Coatings. b. Architectural coatings VOC limits of Oklahoma. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction.

D.

Flammability: Comply with applicable code for surface burning characteristics.

E.

Sheens: Provide the sheens specified; where sheen is not specified, sheen will be selected later by Architect from the manufacturer's full line.

F.

Colors: As indicated on drawings 1. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling they are mounted on/under.

2.03 PAINT SYSTEMS - INTERIOR A.

Ferrous Hollow Metal Doors, Frames, Hand Rails, Miscellaneous Metal, etc, Existing, 3 coats: 1. Prep surface according to manufacturer's instructions. 2. Primer: 1 coat, Pro-Cryl Universal Metal Primer, B66-310. 3. Finish: 2 coats, Industrial urthane alkyd. 4. Manufacturer: Sherwin-Williams.

2.04 ACCESSORY MATERIALS A.

Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality.

B.

Patching Material: Latex filler.

C.

Fastener Head Cover Material: Latex filler.

PART 3 EXECUTION 3.01 EXAMINATION A.

Do not begin application of coatings until substrates have been properly prepared.

B.

Verify that surfaces are ready to receive work as instructed by the product manufacturer.

C.

Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application.

D.

If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding.

E.

Test shop-applied primer for compatibility with subsequent cover materials.

3.02 PREPARATION A.

Clean surfaces thoroughly and correct defects prior to coating application.

PAINTING AND COATING 5/28/2014 7:18 AM

09 9000 p. 81

City of Oklahoma City and its Trusts

Chesapeake Energy Arena Digital LED Arena Bowl Signage OKC Project MB-1181

Bid MB-1181

5/14/2014

B.

Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions.

C.

Remove or repair existing coatings that exhibit surface defects.

D.

Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing.

E.

Seal surfaces that might cause bleed through or staining of topcoat.

F.

Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium phosphate and bleach. Rinse with clean water and allow surface to dry.

G.

Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair.

H.

Concrete Floors and Traffic Surfaces to be Painted: Remove contamination, acid etch, and rinse floors with clear water. Verify required acid-alkali balance is achieved. Allow to dry.

I.

Shop-Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces.

3.03 APPLICATION A.

Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately.

B.

Apply products in accordance with manufacturer's instructions.

C.

Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied.

D.

Apply each coat to uniform appearance.

E.

Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat.

F.

Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing.

3.04 FIELD QUALITY CONTROL A.

See Section 01 4000 - Quality Requirements, for general requirements for field inspection.

3.05 CLEANING A.

Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site.

3.06 PROTECTION A.

Protect finished coatings until completion of project.

B.

Protect other work, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting as approved by Architect.

C.

Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. END OF SECTION

PAINTING AND COATING 5/28/2014 7:18 AM

09 9000 p. 82

 ŚĞƐĂƉĞĂŬĞŶĞƌŐLJƌĞŶĂ ŝŐŝƚĂů>ƌĞŶĂŽǁů^ŝŐŶĂŐĞ K<WƌŽũĞĐƚDͲϭϭϴϭ

City of Oklahoma City and its Trusts 

Bid MB-1181

ϱͬϭϰͬϮϬϭϰ

SECTION 11 6310 LED DISPLAYS AND CONTROL SYSTEMS PART 1 GENERAL 1.01 PROJECT INCLUDES 1. 2. 3. 4. 5. 6. 7.

Custom LED solution for ADA seating front railing displays (12) locations Custom LED solution for Event Level Vomitory headwall (4) locations. Secondary electrical power connections. Primary power to base of displays to be provided by LED Manufacturer/Contractor as part of a Design/Build project. Provide new Low Voltage signal routing to all displays from control room in new pathways. Design and engineering of ADA railings. Must meet IBC codes for railings, accessibility, sightlines, access, etc. Demolition and modifications of existing railings as needed. Provide two (2) additional fiber runs per display above what is required for digital content control.

1.02 QUALITY ASSURANCE 1. 1.03

Comply with NFPA 70 “National Electrical Code” for components and installation.

SUBMITTALS 1. See Section 01 3000 – Administrative Requirements for submittal procedures 2. Product Data: Locations of signs, layout, mounting, and cabinet design. 3. Electrical characteristics and connections.

1.04 WARRANTY 1. 2.

Standard 2 years parts and warranty. 2% spare parts

PART 2 PRODUCTS 2.01 MANUFACTURERS 1. Basis of Design: a. Panasonic Systems Solutions Company. b. Other Acceptable Manufacturers: 1. Substitutions: See Section 01 6000 – Product Requirements. c. All components to be manufactured by the same entity, unless otherwise indicated. 2.02 LED DISPLAY SIGNS 1. 2. 2. 3. 4. 5. 6.

Signage must feature a maximum pixel pitch of 10 millimeters. Signage housing can be no deeper than 0.27559 millimeters (7 inches). LED Display screen must be scratch and vandal resistant. LED Display screen must operate without the use of fans or other noise producing technology. LED Display screen must remain cool to the touch. LED Display screen must not emit audible sound or hum. LED Display top surface shall be sloped towards platform in such a way that prevents objects including beverages from being placed there. 7. Vomitory LED Display screens provide covering/protection to prevent scratching or breakage

LED DISPLAYS AND CONTROL SYSTEMS 5/28/2014 7:18 AM

11 6310 p. 83

 ŚĞƐĂƉĞĂŬĞŶĞƌŐLJƌĞŶĂ ŝŐŝƚĂů>ƌĞŶĂŽǁů^ŝŐŶĂŐĞ K<WƌŽũĞĐƚDͲϭϭϴϭ

City of Oklahoma City and its Trusts 

Bid MB-1181

ϱͬϭϰͬϮϬϭϰ

if sign is impacted during loading or unloading of stage equipment. 8. Maximize LED Display signage at all locations that meet or exceed specified sizes. PART 3 EXECUTION 3.01 EXAMINATION 1. 2.

Verify existing conditions before starting work. Verify that electrical power is available and of the correct characteristics.

3.02 INSTALLATION 1.

Installation Requirements a. Provide turn-key installation service. b. Coordinating with Owner and Operators personnel as required. c. Comply with minimum; codes applicable.

2.

Installation Details a. The front display surface of ADA platform signs shall be installed plumb with front vertical concrete surface of platform. b. No ADA platform signs shall be wider than existing front rail or more than 7” higher than existing front rail. c. All ADA platform signs shall be constructed in such a way that they meet or exceed all for railings/barriers. Supports or other structure to meet this requirement shall be contained inside the enclosure that houses the LED Displays. d. The northeast Vomitory sign (Section 102-103) shall be installed in such a way that is can be easily removed and re-attached. Power and Low Voltage cables shall be supplied that allow temporary relocation of sign to a structure 30’-0” away.

3.

Controller Configuration a. ADA and Vomitory signs will be controlled from separate controllers. Specific controller configuration to be specified by the Owner. b. All LED’s must be able to accept HD-SDI input from control system and provide a fiber to HD-SDI converter at each sign location.

3.02 CLEANING 1.

Remove protective coverings from finished surfaces

4.01 LED DISPLAY LOCATIONS FOR BIDDING 1.

BASE BID - Baseline LED display – ADA platforms a. (2) Locations – sections 110 & 120. b. Minimum dimensions 33’ (9840mm) x 2.3’ (720mm)

3.

ALTERNATE #1 - Corner LED display – ADA platforms a. (8) locations – sections 102, 103, 108, 109, 112, 113, 118, 119. b, Minimum dimension of 19’ (8976mm) each side of aisle for a total length of 38’ (17952mm) x 2.3’ (720mm) to fill the maximum allowed space per location. ALTERNATE #2 - Sideline LED display – ADA platforms c. (2) locations – sections 105 & 116. d. Minimum dimensions 22’ (6960mm) x 2.3’ (720mm)

2.

LED DISPLAYS AND CONTROL SYSTEMS 5/28/2014 7:18 AM

11 6310 p. 84

 ŚĞƐĂƉĞĂŬĞŶĞƌŐLJƌĞŶĂ ŝŐŝƚĂů>ƌĞŶĂŽǁů^ŝŐŶĂŐĞ K<WƌŽũĞĐƚDͲϭϭϴϭ 4.

City of Oklahoma City and its Trusts 

Bid MB-1181

ϱͬϭϰͬϮϬϭϰ

ALTERNATE #3 - Event Level LED Vomitory Displays a. (4) locations – sections 102, 108, 112,118. b. Minimum dimensions 16’ (4800mm) x 3’ (960 mm)

4.02 LED CONTROL SYSTEM REQUIREMENTS FOR BIDDING

1.

ADA and Vomitory LED units to have individual control to allow displaying of different content simultaneously. 2. Selected bidder must work with control system vendor to provide a turnkey solution capable of this functionality. 3. Bidder is required to provide an image of the Alternate #1 Signage (corner conditions) prior to award of Contract for acceptability of design.

4.03 ALTERNATES 1.

Arena to provide LED controllers.

2.

Provide any value engineered alternate suggestions.

END OF SECTION

LED DISPLAYS AND CONTROL SYSTEMS 5/28/2014 7:18 AM

11 6310 p. 85

City of Oklahoma City and its Trusts

Bid MB-1181

LIST OF CONTRACT DOCUMENTS

The Successful Bidder, as Contractor, is responsible for the proper completion and submission of the documents listed below within seven (7) calendar days following the City’s notification of its intent to award Contract, unless that time is extended by the City Engineer. All forms must have the original ink signature of a person authorized to bind the Contractor. All documents must be attested to or notarized as required by the "Signature Requirements for Bidding Documents." All bonds must be issued by a surety licensed to do business in the State of Oklahoma and meeting the requirements of the Oklahoma Competitive Bidding Act (Title 61 O.S. 2011, §113) and the Instruction to Bidders. REQUIRED CONTRACT DOCUMENTS Contract Performance Bond in the amount of the Contract Statutory Bond in the amount of the Contract Maintenance Bond in the amount of the Contract and for the term required in the Special Provisions Certificate of Nondiscrimination *Small and Disadvantaged Local Business Subcontracting Plan & Affidavit Certificates of Insurance in the types and amounts required in the Special Provisions, including: Workers' Compensation Public liability and Property Damage Builder's Risk Contractor's Identification Numbers as required by the Commissioner of Labor Submit the Identification Numbers on the form provided herein. Defect Bond, if required by the Contractor's Prequalification Resolution Any other documents required in the Bidding Documents *A notice to proceed will not be issued by the City Engineer until the Small and Disadvantaged Local Business Subcontract Plan & Affidavit is received by the City Engineer. Subsequent to completion of project final inspection, neither project final acceptance nor payment of final claim will be initiated until the Small and Disadvantaged Local Business Subcontracting Plan Close Out Report is received by the City Engineer. Forms to be Used. Contractor shall use only the forms provided by the City of Oklahoma City or photocopies thereof and shall make no changes or alterations in the documents other than to add signature lines for joint ventures or limited liability companies in accordance with the instructions in the "Signature Requirements for Bidding Documents." All documents will be submitted to the City Engineer, 420 West Main Street, Suite 700, Oklahoma City, Oklahoma 73102, unless otherwise provided in the Bidding Documents. City Standard 10/16/13

LCD 1 5/28/2014 7:18 AM

p. 86

City of Oklahoma City and its Trusts

Bid MB-1181

CONTRACT

THIS CONTRACT AND AGREEMENT, made and entered into this

day of

, 20____, by and between the CITY OF OKLAHOMA CITY, party of the first part, hereinafter termed "City" and

, party of the second part,

hereinafter termed "Contractor". WITNESSETH: WHEREAS, the CITY OF OKLAHOMA CITY has caused to be prepared in accordance with law, certain specifications, and other bidding documents for the work hereinafter described and has approved and adopted all of said bidding documents, and has caused Solicitation for Bids to be given and advertised as required by law, and has received sealed proposals for the furnishing of all labor and materials for: MB-1181 CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE as outlined and set out in the bidding documents and in accordance with the terms and provisions of said contract; and WHEREAS, Contractor, in response to said Solicitation for Bids, published in The Journal Record,

, has submitted to the City in the manner and at the time specified, a sealed

proposal in accordance with the terms of this contract; and WHEREAS, the City in the manner provided by law, has publicly opened, examined, and canvassed the proposals submitted and has determined and declared the above named Contractor to be the lowest responsible bidder on the above described project, and has duly awarded this contract to said Contractor for the sum named in the proposal, to wit: Dollars($

).

NOW, THEREFORE, for and in consideration of the mutual agreements and covenants herein contained, the parties to this contract have agreed and hereby agree as follows: 1.

The Contractor shall, in a good and first-class workmanlike manner, at its own cost

and expense, furnish all labor, materials, tools and equipment required to perform and complete said work in strict accordance with the contract documents, including the bidding documents, "Standard Specifications for Construction of Public Improvements", any special provisions, schedules and the plans adopted and approved by the CITY OF OKLAHOMA CITY, all of which documents are on file in the Office of the City Clerk of the City and are made a part of this contract as fully as if the same were

CSAM 4/15/09 5/28/2014 7:18

C1 p. 87

City of Oklahoma City and its Trusts

Bid MB-1181

herein set out at length, with the following additions and/or exceptions: (if none, so state) None. 2.

The City shall make payments to the Contractor in the following manner: On or

about the first day of each month, the City Engineer, or other appropriate person, will review estimates of the value, based on contract prices and/or schedule of values of work done and materials incorporated in the work and of materials suitably stored at the site thereof during the preceding calendar month. The Contractor shall furnish to the City Engineer, or other appropriate person, such detailed information as he may request. Each monthly estimate for payment must contain or have attached an affidavit as required by 74 O.S. § 85.22. 3.

On completion of the work, but prior to the acceptance thereof by the Owner, it shall

be the duty of the City Engineer, or other appropriate person, to determine that said work has been completely and fully performed in accordance with said Contract Documents, and upon making such determination, said official shall make his final certificate to the City. The Contractor shall furnish proof that all claims and obligations incurred by him in connection with the performance of said work have been fully paid and settled; said information shall be in the form of an affidavit, which shall bear the approval of the surety on the contract bonds for payment of the final estimate to the Contractor; thereupon, the final estimate (including retainages) will be approved and paid and the same shall be in full for all claims of every kind and description said Contractor may have by reason of having entered into or arising out of this contract. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed in one (1) original, the day and year first above written.

ATTEST:

Contractor (name of company)

________________________________ (Witness - Secretary)

_________________________________ (Individual - President)

CSAM 4/15/09 5/28/2014 7:18

C2 p. 88

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY ATTEST:

________________________________ City Clerk

__________________________________ MAYOR

REVIEWED for form and legality.

__________________________________ Assistant Municipal Counselor

CSAM 4/15/09 5/28/2014 7:18

C3 p. 89

City of Oklahoma City and its Trusts

Bid MB-1181

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That We,

, as Contractor, and , as Surety, are held

and firmly bound unto the CITY OF OKLAHOMA CITY, hereinafter called "City", a municipal corporation and City of the first class, of the State of Oklahoma, in the full and just sum of Dollars ($

), such sum being equal to 100% of the

contract price for the payment of which, well and truly to be made, we, and each of us, bind ourselves, our heirs, executors and assigns, themselves, and its successors and assigns, jointly and severally, firmly by these presents. The conditions of this obligation are such, that whereas, said Contractor is the lowest and best bidder for the making of the following City work and improvement: MB-1181 CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE has entered into a certain written contract with the CITY OF OKLAHOMA CITY on the

day of

, 20______, for the erection and construction of said work and improvement all in compliance with the plans and specifications therefore, made a part of said contract and on file in the Office of the City Clerk, and said contract is hereby made a part and parcel of this bond as if literally written herein. NOW, THEREFORE, if the said

, as Contractor, shall fully and

faithfully execute the work and perform said contract according to its terms, conditions, and covenants, and in exact accordance with the bid of said Contractor, and according to certain plans and specifications heretofore made, adopted, and placed on file in the Office of the City Clerk of the CITY OF OKLAHOMA CITY, as set out in the specifications herein, and shall promptly pay or cause to be paid, all labor, material and/or repairs and all bids for labor performed on said work, whether by subcontract or otherwise, and shall protect and save harmless the said City and all interested property owners against all claims, demands, causes of action, losses or damage, and expense to life or property suffered or sustained by any person, firm, or corporation by reason of negligence of the Contractor or his or its agents, servants, or employees in the construction of said work, or by or in consequence of any improper execution of the work or act of omission or use of inferior materials by said Contractor, or his or its agents, servants, or employees, and shall protect and save the City harmless from all suits and claims of infringement or alleged infringement of patent rights or processes, then this obligation shall be void; PB 1 CSAM 4/15/09 5/28/2014 7:18

p. 90

City of Oklahoma City and its Trusts

Bid MB-1181

otherwise, this obligation shall remain in full force and effect. IT IS FURTHER EXPRESSLY AGREED AND UNDERSTOOD by the parties hereto that no changes or alterations in said contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of them, from the obligations of this bond. IN WITNESS WHEREOF, the said Contractor has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officer, and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney-in-fact, duly authorized so to do, the day and year first above written. Executed this ____ day of _________________, 20___ by the Contractor. ATTEST:

Contractor

________________________________ Secretary/Witness

By:_________________________________ Authorized Officer

Executed this ___ day of __________________, 20__ by the Surety.

ATTEST:

Surety

________________________________ Secretary/Witness

By:_________________________________ Attorney-in-Fact

REVIEWED for form and legality.

__________________________________ Assistant Municipal Counselor REVIEWED and APPROVED by the Council of the CITY OF OKLAHOMA CITY this ______ day of , 20______. ATTEST:

________________________________ City Clerk

__________________________________ MAYOR

PB 2 CSAM 4/15/09 5/28/2014 7:18

p. 91

City of Oklahoma City and its Trusts

Bid MB-1181

STATUTORY BOND KNOW ALL MEN BY THESE PRESENTS: That We,

as Contractor, and , as Surety, are held and

firmly

bound

unto

Dollars ($

the

State

of

Oklahoma,

in

the

sum

of

) such sum being equal to 100% of the contract price for the payment

of which, well and truly to be made, we, and each of us, bind ourselves, our heirs, executors and assigns, themselves, and its successors and assigns, jointly and severally, firmly by these presents. The conditions of this obligation are such, that whereas, the above Bonded Contractor, , is the lowest and best bidder for the making of the following City work and improvement: MB-1181 CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE and has entered into a certain written contract with the CITY OF OKLAHOMA CITY on the day of

, 20______, for the erection and construction of said work and improvement,

in exact accordance with the bid of said Contractor, and according to certain plans and specifications theretofore made, adopted and placed on file in the Office of the City Clerk of the CITY OF OKLAHOMA CITY. NOW, THEREFORE, if said Contractor shall fail or neglect to pay all indebtedness incurred by said Contractor or subcontractor of said Contractor who perform work in the performance of said contract, and such repairs to and rental of machinery and equipment as may be furnished by a subcontractor to the person or persons contracting with this Owner, within thirty (30) days after the same becomes due and payable, the person, firm or corporation entitled thereto may sue and recover on this bond, the amount so due and unpaid. It is further expressly agreed and understood by the parties hereto that no changes or alterations in said contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of them, for the obligations of this bond. IN WITNESS WHEREOF, the said Contractor has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officers; and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney-in-fact, duly authorized so to do, the day and year first above written.

CSAM 4/15/09 5/28/2014 7:18

SB 1

p. 92

City of Oklahoma City and its Trusts

Bid MB-1181

Executed this ____ day of ________________, 20___ by the Contractor.

ATTEST:

Contractor

________________________________ Secretary

By:_________________________________ Authorized Officer

Executed this ____ day of _________________, 20___ by the Surety.

__________________________________ Surety ATTEST:

________________________________ Secretary

By:_________________________________ Attorney-In-Fact

REVIEWED for form and legality.

_________________________________ Assistant Municipal Counselor

REVIEWED and APPROVED by the CITY OF OKLAHOMA CITY this __________ day of _________________________, 20______. ATTEST:

_______________________________ City Clerk

CSAM 4/15/09 5/28/2014 7:18

__________________________________ MAYOR

SB 2

p. 93

City of Oklahoma City and its Trusts

Bid MB-1181

MAINTENANCE BOND

KNOW ALL MEN BY THESE PRESENTS: That We,

,

as

Contractor,

and

as Surety, are held and firmly bound unto the CITY OF OKLAHOMA CITY, a municipal corporation, and City of the first class, of the

State

Dollars ($

of

Oklahoma,

in

the

full

and

just

sum

of

), such sum being equal to the contract price for a period of two (2) years, for

the payment of which, well and truly to be made, we, and each of us, bind ourselves, our heirs, executors, and assigns, themselves, and its successors and assigns, joint and severally, firmly by these presents. The conditions of this obligation are such that whereas, said Contractor has by a certain contract between

and the CITY OF OKLAHOMA CITY, dated this

day of

, 20______, agreed to construct in the CITY OF OKLAHOMA CITY: MB-1181 CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE all in compliance with the plans and specifications therefore, made a part of said contract and on file in the Office of the City Clerk of the CITY OF OKLAHOMA CITY; and to maintain the said improvement in the amounts set forth above against any failure due to workmanship or material for a period of years from the date of acceptance of the Project MB-1181 CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE by the Council of the CITY OF OKLAHOMA CITY. NOW, THEREFORE, if said Contractor shall pay or cause to be paid to the City, all damage, loss, and expense which may result by reason of defective materials and/or workmanship in connection with said work occurring within a period of two (2) years from and after acceptance of said project by the City, then this obligation shall be null and void, otherwise to be and remain in full force and effect. It is further agreed that if the said Contractor or Surety herein shall fail to maintain said improvements against any failure due to defective workmanship and/or material for a period of two (2) years and at any time repairs shall be necessary that the cost of making said repairs shall be determined by the Council of the CITY OF OKLAHOMA CITY, or some person or persons designated by them to ascertain the same, and if, upon thirty (30) days notice, the said amount ascertained shall not be paid by the Contractor or Surety herein, or if the necessary repairs are not made, the said amount shall become due upon the expiration of thirty (30) days and suit may be maintained to recover the amount so CSAM 4/15/09 5/28/2014 7:18

MB 1

p. 94

City of Oklahoma City and its Trusts

Bid MB-1181

determined in any Court of competent jurisdiction. And that the amount so determined shall be conclusive upon the parties as to the amount due on this bond for the repair or repairs included therein, and that the cost of all repairs shall be so determined from time to time during the life of this bond as the condition of the improvements may require. It is further expressly agreed and understood by the parties hereto that no changes or alterations in said contract and no deviations from the plan or mode of procedure herein fixed shall have the effect of releasing the sureties, or any of them, from the obligations of this bond. IN WITNESS WHEREOF, the said Contractor has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its duly authorized officers; and the said Surety has caused these presents to be executed in its name and its corporate seal to be hereunto affixed by its attorney-in-fact, duly authorized so to do, the day and year first above written.

Executed this ____ day of ___________________, 20___ by the Contractor.

ATTEST:

Contractor

________________________________ Secretary/Witness

By_________________________________ Authorized Officer

Executed this ___ day of _______________, 20__ by the Surety.

Surety ATTEST:

________________________________ Secretary/Witness

By:_________________________________ Attorney-in-Fact

REVIEWED for form and legality.

Assistant Municipal Counselor

CSAM 4/15/09 5/28/2014 7:18

MB 2

p. 95

City of Oklahoma City and its Trusts

Bid MB-1181

REVIEWED and APPROVED by the Council of the CITY OF OKLAHOMA CITY this , 20______. _______ day of ATTEST:

City Clerk

CSAM 4/15/09 5/28/2014 7:18

MAYOR

MB 3

p. 96

City of Oklahoma City and its Trusts

Bid MB-1181

DEFECT BOND ,

We,

as

Contractor,

and

, as Surety, a corporation organized under the laws of the State of

, and authorized to transact business in

the State of Oklahoma, are held and firmly bound unto THE CITY OF OKLAHOMA CITY in the amount of Dollars ($

); said sum being equal to one hundred percent (100%) of the contract

price as provided herein for a period of two (2) years. We, as Contractor and Surety, bind ourselves and each of us, our heirs, executors, administrators, trustees, successors and assigns, jointly and severally. WHEREAS, the Contractor entered into a written contract with THE CITY OF OKLAHOMA CITY to perform and provide work and construct or create or repair the project, to wit: Project No. MB-1181, generally described as CHESAPEAKE ENERGY ARENA DIGITAL LED ARENA BOWL SIGNAGE all in compliance with the Bidding Documents for said project. NOW, THEREFORE, should the Contractor, during the term of this Defect Bond, timely and expeditiously repair or replace, or cause to be repaired or replaced, any defective, inferior or noncompliant workmanship, work and material regarding or relating to the project, and should the Surety, at the end of the term of this Defect Bond, pay, or cause to be paid, to THE CITY OF OKLAHOMA CITY all damages, losses, costs and expenses which directly or indirectly may result from: (1) the untimely repair or replacement of inferior, non-compliant or defective materials, work and workmanship in connection with said project; (2) the failure to timely and expeditiously maintain, repair or replace same; and (3) the cost and expense incurred by THE CITY OF OKLAHOMA CITY to have any defective, inferior or non-compliant work, material or workmanship repaired, replaced or maintained, timely and expeditiously, by City staff and/or third parties, then this Defect Bond shall terminate at the end of the term provided in the Standard Provisions; otherwise, this Defect Bond shall remain in effect. The term of this Defect Bond shall commence upon the formal final acceptance of the entire project by THE CITY OF OKLAHOMA CITY as fully and totally complete and shall run for (1) the total number of years as provided in the Standard Provisions for this project ("term of years"); or (2) until all repairs and replacement of defective, inferior or non-compliant materials, work or workmanship, occurring or discovered prior to the termination of this Defect Bond have been completed and all sums due from the Surety and the Contractor therefore have been paid, whichever is later.

CSAM 4/15/09 5/28/2014 7:18

DB 1

p. 97

City of Oklahoma City and its Trusts

Bid MB-1181

Executed this ____ day of ________________, 20___ by the Contractor.

ATTEST: Contractor

Secretary

By: Authorized Officer

Executed this ___ day of __________________, 20___ by the Surety.

Surety ATTEST:

Witness

By: Attorney-in-Fact

REVIEWED for form.

Assistant Municipal Counselor

APPROVED by THE CITY OF OKLAHOMA CITY this 20______.

day of ___________________,

ATTEST:

City Clerk

CS 4/15/09 5/28/2014 7:18 AM

MAYOR

DB 2

p. 98

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY CERTIFICATE OF NONDISCRIMINATION In connection with the performance under the Contract, the Contractor agrees as follows: A.

The Contractor agrees not to discriminate against any employee or applicant for employment because of race, creed, sex, color, national origin, ancestry, age or disability as defined by the Americans with Disabilities Act of 1990, Sec. 3(2). Contractor shall take affirmative action to ensure that employees are treated without regard to their race, creed, sex, color, national origin, ancestry, age or disability, as defined by the Americans with Disabilities Act of 1990, Sec. 3(2). Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruiting or recruitment, advertising, layoff or termination, rate of pay or other forms of compensation and selection for training, including apprenticeship. The Contractor and Subcontractors shall agree to post in a conspicuous place, available to employees and applicants for employment, notices to be provided by the City Clerk of the City of Oklahoma City setting forth the provisions of this Section.

B.

In the event of the Contractor's noncompliance with this Nondiscrimination Certificate, the Contract may be canceled, terminated or suspended by the Contracting Public Entity. The Contractor may be declared by the Contracting Public Entity ineligible for further contracts until satisfactory proof of intent to comply shall be made by the Contractor and/or Subcontractors.

C.

The Contractor agrees to include the requirements of this Nondiscrimination Certificate in any subcontracts connected with the performance of this Contract.

I have read the above and agree to abide by these requirements: This form must be fully completed and signed by the Contractor or Contractor's Authorized Agent.

____________________________________ Name of Individual, Partnership, Limited Liability Company, or Corporation hereinafter called Bidder

____________________________________ Signature of Bidder or Authorized Agent

____________________________________ Type or print name and title of person who signed above

This Certificate is required by Oklahoma City Municipal Code, Chapter 25, Article III § 25-41, as incorporated by reference in the City of Oklahoma City's Standard Specifications for the Construction of Public Improvements or otherwise in the Bidding Documents.

City Standard 1/12/11 CND 1

5/28/2014 7:18 AM

p. 99

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY PUBLIC CONSTRUCTION PROJECT SUBCONTRACTING PLAN & AFFIDAVIT The following Affidavit must be submitted by the successful Bidder, or Bidder's Authorized Agent. A Notice to Proceed will not be issued by the City Engineer until the affidavit is received. The undersigned, of lawful age, being first duly sworn on oath, affirms and states that the Bidder has the authority to execute this Public Construction Project Subcontracting Plan. The bidder further states that they understand the resolution creating the Small, Disadvantaged, Minority and Woman-owned Subcontracting Program adopted by the Council of the City of Oklahoma City on June 3, 2008. I.

Public Construction Project Subcontracting Plan A. Outreach - In the space provided below describe in detail your company’s efforts regarding outreach to small, minority, disadvantaged and women owned businesses in an effort to utilize their services in conjunction with Project Number MB-1181. ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ . B. Internal Efforts – In the space provided below describe in detail any initiatives in place within your company directed at establishing policies and procedures to ensure that small, minority, disadvantaged and women owned businesses are made aware of and given the opportunity to submit bids for sub-contracting on publicly funded projects. ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________

A Notice to Proceed for the project listed above will not be issued by the City Engineer until this document is completed and returned to the Public Works department. The document must be completed and signed by the Contractor, and notarized, dated and completed by the Notary Public.

City Standard 1/12/11 SDLBSPA 1 5/28/2014 7:18 AM

p. 100

City of Oklahoma City and its Trusts

Bid MB-1181

____________________________________ Name of Individual, Partnership, Limited Liability Company, or Corporation hereinafter called Bidder ____________________________________ Signature of Contractor or Authorized Agent ____________________________________ Type or print name and title of person who signed above STATE OF

____________________) ) § COUNTY OF ____________________)

Signed and sworn to or affirmed before me on this __________ day of ____________________ , 20_____, by ___________________________________ as the above named Contractor or Contractor’s Authorized Agent. (Insert name of person signing above) ______________________________ Notary Public My Commission expires ____________________ My Commission number ____________________ This Affidavit is required to be submitted with the Contractors's Subcontracting Plan.

City Standard 1/12/11 SDLBSPA 2 5/28/2014 7:18 AM

p. 101

City of Oklahoma City and its Trusts

Bid MB-1181

THE CITY OF OKLAHOMA CITY PUBLIC CONSTRUCTION PROJECT SUBCONTRACTING PLAN CLOSE OUT REPORT

Project No. and Name: MB-1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage Submitted for_____________________ By ______________________ Company Name

Signature

This form shall be completed and returned to the City Engineer's Office following final inspection. Final acceptance and payment of final claim will not be initiated until receipt of this document by the City Engineer.

In the space provided below please provide the requested information for each subcontractor employed on the project listed above. Subcontractor Name and Address of Principal Place of Business

Dollar amount of Subcontract

City Standard 1/12/11 SDLBPSCO 1 5/28/2014 7:18 AM

p. 102

City of Oklahoma City and its Trusts

Bid MB-1181

City Standard 1/12/11 SDLBPSCO 2 5/28/2014 7:18 AM

p. 103

City of Oklahoma City and its Trusts

ISSUE DATE:________________

Bid MB-1181

THE CITY OF OKLAHOMA CITY CERTIFICATE OF INSURANCE

Project No. & Name: _MB-1181_ Digital LED Arena Bowl Signage

NOTE: THIS CERTIFICATE CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, NOR DOES IT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY POLICIES BELOW, EXCEPT AS SHOWN BELOW.

PRODUCER

COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B LETTER COMPANY C LETTER

ADDRESS

INSURED

COMPANY D LETTER COMPANY E LETTER

ADDRESS

COVERAGES: THIS IS TO CERTIFY THAT THE INSURANCE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDS, FOR THE POLICY PERIOD INDICATED HEREIN. THE POLICIES SHOWN IN THIS CERTIFICATE ARE DEEMED PRIMARY TO ANY INSURANCE CARRIED BY THE INSUREDS FOR THE SPECIFIC LOCATION, PROJECT OR EVENT. TYPE OF INSURANCE POLICY NUMBER POLICY POLICY LIMITS EFFECTIVE DATE EXPIRATION DATE GENERAL AGGREGATE GENERAL LIABILITY _____ COMMERCIAL BODILY INJURY GENERAL LIABILITY (Per Person) PROPERTY DAMAGE _____ OCCURRENCE (Per Accident) _____ CLAIMS MADE EACH OCCURRENCE AND TAIL COVERAGE

MEDICAL EXPENSES (Any One (1) Person) COMBINED SINGLE LIMIT BODILY INJURY (Per Person) BODILY INJURY (Per Accident) PROPERTY DAMAGE

AUTOMOBILE LIABILITY _____ ANY AUTO _____ ALL OWNED AUTOS _____ SCHEDULED AUTOS _____ HIRED AUTOS _____ NON-OWNED AUTOS

EACH ACCIDENT

WORKER’S COMPENSATION AND EMPLOYER LIABILITY

DISEASE - POLICY LIMIT DISEASE - EACH EMPLOYEE

Standard Compliance for the State of Oklahoma

VALUABLE PAPERS INSURANCE (If required by Contract)

EXCESS LIABILITY

EACH OCCURRENCE

(If required by Contract) AGGREGATE

OTHER

(If required by Contract)

DESCRIPTION OF OPERATIONS/VEHICLES/SPECIAL ITEMS THE CITY OF OKLAHOMA CITY IS AN ADDITIONAL INSUREDS, WITH RESPECT TO LIABILITY, ARISING OUT OF THE PROJECT OR EVENT. THE CITY OF OKLAHOMA CITY IS A LOSS PAYEE ON VALUABLE PAPERS INSURANCE.

CERTIFICATE HOLDER(S)

CANCELLATION

The City of Oklahoma City and its beneficiary trusts 420 W. Main St., Suite 400 Oklahoma City, OK 73102

IT IS AGREED THAT NONE OF THESE POLICIES WILL BE CANCELLED OR CHANGED EXCEPT IN THE APPLICATION OF THE AGGREGATE LIABILITY LIMIT PROVISIONS, SO AS TO AFFECT THE INSURANCE DESCRIBED IN THIS CERTIFICATE UNTIL AFTER 30 DAYS PRIOR WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGES AND 10 DAYS WRITTEN NOTICE OF NON-RENEWAL FOR NONPAYMENT OF PREMIUM HAS BEEN DELIVERED TO THE CERTIFICATED HOLDER. AUTHORIZED REPRESENTATIVE SIGNATURE TELEPHONE NUMBER

City Standard 7/25/13 5/28/2014 7:18 AM

(

)

COI 1 p. 104

City of Oklahoma City and its Trusts

Bid MB-1181

(PLEASE READ CAREFULLY) CERTIFICATE OF INSURANCE EXPLANATION OF THE CITY OF OKLAHOMA CITY AND PARTICIPATING TRUST(S) The Certificate Holder(s) require the use of this Certificate of Insurance as evidence that the insurance requirements of the contract have been complied with and will continue as long as the contract is in force. The City and/or Trust rely on this Certificate as proof of compliance with the insurance requirements agreed upon. The City and/or Trust must be advised of any cancellation or nonrenewal of the insurance coverages required or any reduction in the coverages provided, in compliance with the contract, as shown in the Certificate of Insurance. Thirty (30) days prior written notice of cancellation or reduction in coverages (other than an aggregate limit provision reduction) and ten (10) days written notice of nonrenewal for nonpayment of premium must be provided to the City and/or Trust so that the City and/or Trust may take appropriate action. Many certificates of insurance are received by the City and its Trusts and many contain statements claiming that the certificate is issued as a matter of information only and confers no rights upon the certificate holder. A common example is "Should any of the above described policies be canceled before the expiration date hereof, the issuing company will endeavor to mail (number of days) days written notice to the named holder, but failure to mail such notice shall impose no obligation of liability of any kind upon the company, its agents or representatives." This is unacceptable. The City and Trust have the right of notice of cancellation, nonrenewal and reduction of coverage, as a requirement in the contract. The City and Trust rely upon the Certificate of Insurance as evidence of contract compliance. The authorization requirement (that the authorized representative signing the Certificate of Insurance provide written acknowledgment by the insurance company or companies to the City and/or Trust) is written proof that the person signing the Certificate is legally authorized by the insurance company or companies to obligate them, as shown in the Certificate. The City and/or Trust must have positive evidence in the form of the Certificate of Insurance that the insurance requirements of the contract have been met and will continue to be met without interruption during the term of the contract. No activity will begin until the insurance Certificate is received. Your cooperation in providing the City and/or Trust with acceptable evidence of insurance compliance will prevent confusion and delay.

City Standard 7:18 7/25/13 5/28/2014 AM

COI 2

p. 105

City of Oklahoma City and its Trusts

Bid MB-1181

CONTRACTOR IDENTIFICATION NUMBERS

This form is to be completed and submitted with the Contract.

Project Number Description:

Name of Contractor

The Contractor provides the following Identification Numbers: Oklahoma Tax Commission Oklahoma Employment Security Commission Internal Revenue Service Social Security Administration Contractor is reminded that no Contractor or subcontractor may be employed on this project that is listed by the Commissioner of Labor as ineligible to bid on or be awarded a public works contract or public construction contract. A list of ineligible contractors may be obtained from the Commissioner of Labor.

City Standard 10/16/13

CID 1 5/28/2014 7:18 AM

p. 106

City of Oklahoma City and its Trusts

Bid MB-1181

SPECIAL QUESTIONNAIRE The intent of the City of Oklahoma City (through this special questionnaire) is to select a bidder for this project MB1181 Chesapeake Energy Arena Digital LED Arena Bowl Signage, who has demonstrated a record of successfully executing projects as an Arena Digital LED Video Signage Installer. This special questionnaire is intended to aid in determining the bidder’s qualification for this project. Submission of this questionnaire does not constitute qualification. THIS SPECIAL QUESTIONNAIRE IS REQUIRED FOR SUBMISSION WITH THE BID ON THE DATE IDENTIFIED IN THE CONTRACT DOCUMENTS. IF THE SPECIAL QUESTIONNAIRE IS NOT RECEIVED, THE BIDDER’S BID MAY BE REJECTED. Please complete the information below. 1. BIDDER INFORMATION BIDDER (Show Complete Legal Name)

STREET ADDRESS

MAILING ADDRESS

CITY

STATE

CONTACT PERSON

ZIP

E-MAIL

PHONE #

FAX #

CONTRACTOR I.D. NO./ FEDERAL TAX I.D. NO.

APPLICATION SUBMITTED BY

TITLE

HOW MANY YEARS HAS YOUR ORGANIZATION BEEN IN BUSINESS UNDER YOUR PRESENT BUSINESS NAME?

YEARS

HAS ANY OFFICER OR PARTNER OF YOUR ORGANIZATION EVER BEEN AN OFFICER OR PARTNER OF THIS OR ANOTHER ORGANIZATION THAT FAILED TO COMPLETE A CONSTRUCTION CONTRACT? …YES …NO IF YES, STATE NAME OF INDIVIDUAL, OTHER ORGANIZATION AND REASON THEREFOR:

LIST ANY LITIGATION WITH THE OWNERS OF PROJECTS IN THE PAST FIVE YEARS:

HAVE YOU EVER FAILED TO QUALIFY OR PREQUALIFY AS A BIDDER? … YES … NO IF YES, WHEN, WHERE AND WHY?

Under what other or former names has the bidder operated? 1. __________________________________________________ 2. __________________________________________________ 3. __________________________________________________ If the bidder is a corporation, provide the following information. 1. Date of incorporation __________________________________________________ 2. State of incorporation __________________________________________________ 3. President's name __________________________________________________ 4. Vice presidents name __________________________________________________ 5. Secretary's name __________________________________________________ 6. Treasurer's name __________________________________________________ 7. Do you have a certificate of good standing issued by the state in which you are incorporated?

________

If the bidder is a partnership, provide the following information. 1. Date of organization __________________________________________________ 2. Type of partnership __________________________________________________ 3. General partner(s) names __________________________________________________ 11/6/02

5/28/2014 7:18 AM

SPQUES 1

p. 107

City of Oklahoma City and its Trusts

Bid MB-1181

If the bidder is individually owned, provide the following information. 1. Date of organization __________________________________________________ 2. Owner's name __________________________________________________ If the bidder is a joint venture, provide the following information. 1. Primary bidder __________________________________________________ 2. Secondary bidder __________________________________________________ 3. Date of organization __________________________________________________ 2. Current Projects in Progress Please provide a list of all major construction projects that are in progress by the bidder. The projects listed must have a construction agreement executed between the bidder and the owner. Utilize additional sheets of paper if necessary. Project No. 1 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Percent complete __________________________________________________ Scheduled completion __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

Project No. 2 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Percent complete __________________________________________________ Scheduled completion __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

Project No. 3 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Percent complete __________________________________________________ Scheduled completion __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

List the construction experience and expected availability of the key management and supervisory individuals of the contractor. Resumes may be submitted as a substitution to this list. Utilize additional sheets if necessary. _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ City Standard 1/12/11

5/28/2014 7:18 AM

SPQUES 2

p. 108

City of Oklahoma City and its Trusts

Bid MB-1181

_____________________________________________________________________________________________ 2. Past Projects Please provide a list of construction projects of a similar nature to the advertised project that have been completed by the bidder. The projects listed must have a construction agreement executed between the bidder and the owner. Utilize additional sheets of paper if necessary. Project No. 1 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Scope of Work __________________________________________________ Completion Date __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

Project No. 2 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Scope of Work __________________________________________________ Completion Date __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

Project No. 3 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Name of project __________________________________________________ Name of owner __________________________________________________ Contact Name & Phone No. __________________________________________________ Name of Architect/Engineer __________________________________________________ Contract amount __________________________________________________ Were performance/payment bonds required? _____________________________________ Bonding company __________________________________________________ Scope of Work __________________________________________________ Completion Date __________________________________________________ Percentage of the cost of work performed with your own forces ________________________

Provide a list of any sub-contractors and their expertise to be used that may help you to qualify for this project. Utilize additional sheets if necessary. _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________

City Standard 1/12/11

5/28/2014 7:18 AM

SPQUES 3

p. 109

City of Oklahoma City and its Trusts

Bid MB-1181

The bidder hereby agrees that all the information submitted above is true and correct. This Bid will not be considered unless this form has been fully completed and signed by the Bidder, and notarized, dated and completed by the Notary Public. __________________________________________________ Name of Individual, Partnership, Limited Liability Company, or Corporation herein called Bidder __________________________________________________ Signature of Bidder or Authorized Agent __________________________________________________ Type or print name and title of person who signed above STATE OF

) )§ )

COUNTY OF

This instrument was subscribed, acknowledged and sworn to before me this _________ day of _______________, 20___, by ______________________________ (type or print the name of person signing above) as the above named BIDDER, or Bidder's Authorized Agent. My Commission expires/Commission Number: _______________

______________________________ Notary Public

THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BIDDER’S BID.

H:/jdr/word.SPQUES.doc

City Standard 1/12/11

5/28/2014 7:18 AM

SPQUES 4

p. 110

City of Oklahoma City and its Trusts

Bid MB-1181

LIST OF DOCUMENTS REQUIRED FOR THIS BID

Project Number: MB-1181 Description: Chesapeake Energy Arena Digital LED Arena Bowl Signage The Bidder is responsible for reviewing this list of required documents and any requirements of the Special Provisions and/or Special Provisions - Technical and assuring that each and every required document is properly completed. Forms and Affidavits should be completed and submitted in accordance with provisions of the "Signature Requirements for Bidding Documents." Bids not submitted in accordance with these requirements will be recommended for rejection. All documents required for this Bid are included in the Electronic Bidding Process. DOCUMENTS REQUIRED FOR THIS BID Completed Electronic Line Items (Item Response Form) Anti/Non-Collusion Affidavit Business Relationship Affidavit Bid Security Special Questionnaire Failure to submit a required document may be cause for rejection of the Bid. However, the contracting public entity reserves the right to require timely submission of document(s) required in the Special Provisions. Forms Not in Packet. If an item is listed on this page or in the Special Provisions and the form is not included in this packet, it is the Bidder's responsibility to notify the City Engineer. Forms to be Used. Bidder must use the forms provided in the Electronic Bidding Process. Bid Security form shall be provided by the Contractor.

City Standard 10/16/13

RD 1 5/28/2014 7:18 AM

p. 111

City of Oklahoma City and its Trusts

Bid MB-1181

SIGNATURE REQUIREMENTS FOR BIDDING DOCUMENTS All Bid Documents and Contract Documents must be signed by a person having the legal authority to bind the Bidder/Contractor and be completed in accordance with the rules listed below. PART I. A. INSTRUCTIONS FOR SUBMISSION OF BIDS (1)

The name of the individual, limited liability company, partnership, corporation or joint venture submitting the Bid must be provided. The Bidding Documents must be electronically signed in accordance with the requirements of Part I.B. herein. The name and title of each person who electronically signed the Bidding Documents must be provided.

(2)

All blank spaces in the Bidding Documents, which require the provision of any information or any statement from the Bidder must be filled in or the Bid may be rejected.

(3)

All Affidavits must be completed, signed and submitted electronically.

(4)

The Bid Security must be submitted with the Bid in accordance with the Bidding Documents

PART I. B. SIGNATURE REQUIREMENTS FOR SUBMISSION OF THE BIDDING DOCUMENTS (1)

Bids submitted by a Corporation: Bidding Documents must be electronically signed by the President or Vice President of the corporation, or comply with Part I.B.(6).

(2)

Bids submitted by a Sole Proprietorship or Individual: Bidding Documents must be electronically signed by the owner or individual, or comply with Part I.B.(6).

(3)

Bids submitted by a Partnership: Bidding Documents must be electronically signed by a General Partner, or comply with Part I.B.(6).

(4)

Bids submitted as a Joint Venture: Bidding Documents must be electronically signed by an authorized agent having authority to bind the Joint Venture and comply with Part I.B.(6).

(5)

Bids Submitted by a Limited Liability Company: Bidding Documents must be electronically signed by the Manager or an authorized agent having authority to bind the limited liability company, or comply with Part I.B.(6). Such Bids must be accompanied by the documentation required in Part II.B. (5) below.

(6)

Signature Requirements for Bidder's Authorized Agent: Some businesses may delegate the authority to sign the Bidding Documents to an authorized agent. In such cases, all documents requiring signature must be electronically signed by the "authorized" agent.

City Standard 10/16/13

SR 1 5/28/2014 7:18 AM

p. 112

City of Oklahoma City and its Trusts

Bid MB-1181

Attached to the Bidding Documents must be the documentation required in Part II.B.(6) below. (7)

Additional Documentation: Additional documentation of authority may be required on any authority issue or Contract issue.

PART II. A. INSTRUCTIONS FOR SUBMISSION OF THE CONTRACT DOCUMENTS (1)

All documents listed on the "List of Contract Documents" must be submitted within seven (7) calendar days following the City’s notification of its intent to award Contract, unless that time is extended by the City Engineer (if the Bidder shows delays in returning the contract are beyond the Bidder's control).

(2)

The Contract and other forms must be signed and, if so provided on the form, notarized. Where notarization is required, the notary must legibly: enter the date; enter the name and title of the affiant (person(s) sworn); sign as Notary Public; provide the date of commission expiration; and may impress his/her notary seal or stamp, where applicable.

(3)

Type or legibly print the name of the individual, limited liability company, partnership, corporation or joint venture awarded the Contract on the line provided for this information. The name and title of each person who signed the Contract Documents must be typed or legibly printed on the line below the signature line.

PART II. B. SIGNATURE CONTRACT AND BONDS

REQUIREMENTS

FOR

SUBMISSION

OF

THE

(1)

Contracts submitted by a Corporation: Contract Documents must have the original ink signature of the President or Vice President of the corporation. That signature must be witnessed by the Corporate Secretary or Assistant Corporate Secretary, and the firm's corporate seal, if any, must be affixed in accordance with 18 O.S. (2011) § 1016. Should the corporation not have a seal or should the seal not be available, then the person signing must demonstrate authority to bind the corporation, as set forth in paragraph II.B.(6) below. The name and title of each person who signed the Contract or bond must be typed or legibly printed on the line below the signature line.

(2)

Contracts submitted by a Sole Proprietorship or Individual: Contract Documents must have the original ink signature of the owner or individual, respectively, on the signature line, or comply with Part II.B.(6). The name and title of each person who signed the Contract or bond must be typed or legibly printed on the line below the signature line.

(3)

Contracts submitted by a Partnership: Contract Documents must have the original ink signature of a General Partner on the signature line, or comply with Part II.B.(6). The name and title of each person who signed the Contract or bond must be typed or legibly printed on the line below the signature line.

City Standard 10/16/13

SR 2 5/28/2014 7:18 AM

p. 113

City of Oklahoma City and its Trusts

(4)

Contracts submitted by a Joint Venture: If two or more parties submit a joint Bid, the Contract Documents must be signed in ink by the appropriate representatives of each/all parties. Any of the parties which are corporations must have the appropriate signature(s) and attestation(s) as provided above, or comply with Part II.B.(6). The Contract Documents should be altered, but only to add the signature lines (name of Contractor, signature line, name and title line, and attestation line) to meet this requirement. The name and title of each person who signed the Contract or bond must be typed or legibly printed on the line below the signature line.

(5)

Contracts Submitted by a Limited Liability Company: Contract Documents must have the original ink signature of the Manager or an authorized agent having authority to sign contracts and bonds and to bind the limited liability company. Attached to the Contract Documents, signed by the authorized agent, must be a properly executed copy of the articles of organization; the operating agreement; and any bylaws, resolution or other document of the authorizing entity, specifically providing the authorized agent with the authority to execute the Contract Documents on behalf of and binding the authorizing entity. All documents designating and authorizing the agent to bind the limited liability company must be notarized by a Notary Public who will complete the required information and may affix his/her seal or stamp. The name and title of each person who signed the Contract Documents must be typed or legibly printed on the line below the signature line. Additional pages may be added, but each signature must be properly notarized.

(6)

Signature Requirements for Bidder's Authorized Agent: Some businesses may delegate the authority to sign the Contract Documents to an authorized agent. In such cases, all Contract Documents requiring signature must have the original ink signature of the "authorized" agent. Attached to the Contract Documents, signed by the authorized agent, must be a properly executed power of attorney or other document of the authorizing entity, specifically providing the "authorized" agent with the authority to execute the Contract Documents on behalf of and binding the authorizing entity. Each signature on the authorizing documents must be notarized by a Notary Public who will complete the required information and may affix his/her seal or stamp. The name and title of each person who signed the Contract, bond, or any authorizing document must be typed or printed on the line below the signature line. Additional pages may be added, but all signatures must be properly notarized. If attachments to the Bid Documents are required by this section, attachments may be uploaded through the Electronic Bidding Process.

(7)

Additional Documentation: Additional documentation may be required.

Bid MB-1181

City Standard 10/16/13

SR 3 5/28/2014 7:18 AM

p. 114

5/28/2014 7:18 AM

City of Oklahoma City and its Trusts

p. 115

Bid MB-1181

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 116

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 117

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 118

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 119

City of Oklahoma City and its Trusts

5/28/2014 7:18 AM

Bid MB-1181

p. 120

City of Oklahoma City and its Trusts

Bid MB-1181

Question and Answers for Bid #MB-1181 - Chesapeake Energy Arena Digital LED Arena Bowl Signage

OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.

Question Deadline: Jun 10, 2014 7:00:00 AM CDT

5/28/2014 7:18 AM

p. 121